Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 1 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
1
ANNEXURE -“I”
CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS.
(Tenderers are requested to give certificate and/or put (√ ) mark wherever applicable.)
1 Tenderer details:
1.1. Name of the Tenderer
1.2 Identification of Tenderer
i. In case of Partnership Firm: A copy of
Partnership deed with latest modifications of
the deed, if any, attested by any Gazetted
Officer.
ii. In case of Consortium, JV or MOU: A copy of
either JV agreement attested by any Gazetted
Officer or MOU in original. iii. In case of Company: A copy of Articles of
Association attested by any Gazetted Officer. iv. In case of Proprietary Firm: A copy of
registration / Income tax/ PAN No. for filing returns attested by any Gazetted Officer.
2 Particulars of DD/MR submitted towards cost of Tender form.
3 Particulars of MR/BC/DD submitted towards EMD.
4 Engineering Organization in Annexure – “A”
5 List of Plants & Machinery in Annexure – “B”
6 List of works completed during the last three
Financial Years in Annexure – “C”
7 List of Works on Hand in Annexure – “D”
8 Attested copy of Experience Certificate in
Annexure – “E”
9 Attested copy of Certificate showing Contractual
amounts received during the last three Financial years and Current Financial Year in Annexure –
“F”
10 NEFT MANDATE FORM
11 Registration Number of APGST / APVAT
12 Any other information / certificates required as
per Tender document.
13 Total Number of Annexure submitted ( Number of
Pages)
Address : Phone No. : Signature of Tenderer/Contractor:
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 2 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
2
TENDER NO.27/East/2015
1.The offer of tenderer(s) who do not enclose Experience Certificate and Turnover Certificate with requisite details and supporting documents as detailed under Para 2 & 3 of Eligibility Criteria in Page-6 to 8 along with their Tender to establish their credentials shall be summarily rejected, even though they are working contractors or contractors on approved list.
2.Tenderer may please observe the new conditions of the tender document in “ Note to Tenderers” and “Conditions of Tender” vide Sl.No.9 and 10 & Sl.No.25 to 31 respectively.
For Attention of Tenderer
Modification of EMD, Performance Guarantee, Security deposit, Introduction of PVC and Token penalty
S.No. Details Reference
1 Modification of EMD Item No.7 Conditions of Tender
2 Modification of Performance Guarantee Item No.9
Special conditions of Contract
3 Modification of Security Deposit Item No.10
4 Introduction of PVC Item No.11
5 Implementation of Building and other Construction
Workers Welfare Cess Act, 1996
Item 14
6 Token Penalty Item 8(b) Works Contract Clause-13
Name and address of Tenderer Money Receipt/ D.D. No. & date for cost of Tender form enclosed
SOUTH CENTRAL RAILWAY WORKS CONTRACT; REGULATIONS OF TENDERS AND CONTRACTS;
CONDITIONS OF TENDER; TENDER AGREEMENT FORM Open Tender Notice No. DRM/Works/BZA/11/2015 dt. 13-07-2015
Last date for issue of tender forms by post 07-08-2015
Last date for issue of tender forms in person 17-08-2015 upto18-00 hours
Date and time for submission of tenders 19-08-2015 upto 15.45 Hours
Date and time for opening of tenders 19-08-2015 at 16.00 Hours
Name of work :-
SW-I:Bhimavaram Junction-Proposed RCC GLR for the collection of Municipal supply
water from Bhimavaram Municipality to Railway quarters, station and other watering
arrangements.
SW- II:Machilipatnam-Repairs to GLRs No.1&2 by desilting, deepening and pitching the
banks.
SW-III:Rayanapadu-Repairs to drainage system in Type-I, II, III &IV quarters in wagon
workshop colony RYP.
SW-IV:Gudivada-Replacement of corroded pipe line for platforms & service buildings in
SSE/Works/GDV section.
Similar Nature of work:- Water supply installations or water pipe line work or sewerage work or drainage work or complete building works.
Period of completion Six months
Approximate value `1,35,56,353/-
E.M.D. `2,17,790/- Cost of Tender form `5,000/-in person & `5,500/-by Post
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 3 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
3
NOTE TO TENDERERS 1) Tender forms in the prescribed form may be obtained from the office of the Divisional Railway
Manager, Works, S.C. Railway, Vijayawada, on production of cash receipt for each tender
form at the rates mentioned on the cover page and in the Tender Notice. If any plan/drawing is
attached with the tender form, `200/- for plan/drawing will be levied extra. The amount
towards the cost of tender form may be remitted to the Divisional Cashier (Pay) S.C.Railway,
Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal and Nanded, Chief Cashier (Pay),
S.C.Railway, Secunderabad or any Station Master/Station Superintendent on S.C. Railway and
the receipt obtained thereof should be submitted to this office with a requisition for issue of
tender form. Money Orders, Postal Orders, etc, will not be considered for issue of tender
forms. The tender forms are not transferable and the cost of the tender form is not refundable.
This office will not entertain direct payment. Tender Number, Description of the work, etc.
should be written on the sealed cover addressed to the Divisional Railway Manager (Works),
S.C.Railway, Vijayawada, while submitting the Tender document.
2) The Tender forms are available for sale in the office of Divisional Railway Manager (Works),
S.C.Railway, Vijayawada and also in S.C.Railway Web site.
3) Tender conditions / other particulars are available in the Tender documents uploaded along
with the Tender Notice on our website at http://www.scr.indianrailways.gov.in” which can be
downloaded. 4) The prospective tenderers are advised to visit website “http://www.scr.indianrailways.gov.in”
three days before the date of tender opening to note any changes/corrigenda for any tender.
5) The Tender Notice is also displayed in the Notice Board located in the office of Divisional
Railway Manager (Works), S.C.Railway, Vijayawada which can be seen on all working days.
6) The Railway reserves the right to cancel the tender without assigning any reason thereto.
7) Venue: Tender documents, duly completed in all respects shall be dropped in the Tender Box
kept for the purpose at Divisional Railway Manager’s Office (Works), South Central Railway,
Vijayawada, Krishna District (or) may be sent by post to Divisional Railway Manager (Works),
South Central Railway, Vijayawada, Krishna District(A.P.). Railway is not responsible for any
delay in transit (or) loss of Tender form sent/received by Post.
8) If the date of opening happens to be a holiday, the tenders will be opened on the next working
day.
9) The Tenders will be opened on the date and time mentioned in the tender document and in presence of tenderers /their authorized representatives. Any tender received after the stipulated
time will be summarily rejected.
10) Tenderers representatives are advised to bring authorization letter from the tenderer/firms for
attending tender opening and when witnessing tender opening should write their full name, contact number, agency/contractor they are representing and their address in the tender opening
register.
Visit our site at “http://www.scr.indianrailways.gov.in
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 4 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
4
SOUTH CENTRAL RAILWAY
STANDARD REGULATIONS FOR TENDERS AND CONTRACTS
Sl.
No.
Contents Page
No.
1 Instructions for submission of Tender documents
by downloading from Website
5
2 ELIGIBILITY CRITERIA with conditions and
connected Annexures
6
3 Annexure-I(a) – Tender 16
4 Annexure-II - Agreement of works 18
5 Regulations for tenders and contracts for guidance
of contractors for civil engineering works-
meaning of terms.
19
6 Conditions of Tender 22
7 Special conditions of Contract 26
8 Works Contract Clause -13 -Annexure – ‘III’ 36
9 Special Conditions Modification to Clause 63 &
64 of General Conditions of Contract
40
10 Performance Guarantee 41
11 Schedule of items and quantities in respect of
items covered by SSR and items not covered by
SSR
43
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 5 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
5
Instructions for submission of Tender documents by downloading from
Website 1) Tender schedules are uploaded along with the Tender Notice and the same can be
down loaded and used as tender document for submitting the offer. However, the
cost of tender document as indicated on the cover page and in the Tender Notice has
to be deposited by the Tenderer in the form of a bank draft payable in favour of
Senior Divisional Finance Manager, S.C. Railway, Vijayawada or original money
receipt obtained from Divisional Cashier (Pay) S.C.Railway, Vijayawada, Guntur,
Secunderabad, Hyderabad, Guntakal, Chief Cashier (Pay), S.C.Railway,
Secunderabad or any Station Master/Station Superintendent on S.C. Railway along
with the Tender document. This should be paid separately and not clubbed with the
Earnest Money deposit. In case, tender documents are downloaded from
website, the tenderers should enclose the requisite cost of tender form. If
tenderers download tender document from Website and do not enclose proper
money value towards the cost of tender form, their tender shall be considered
as invalid.
2) Tenderers are free to down load the tender document from the website at their own
risk and cost for the purpose of perusal and to use the same as tender document, if
so desired for submitting their offer. If the offer of any tenderer who has
submitted the Tender document down loaded from the website is accepted, the
contract agreement will be prepared based on the master copy of the document
and will be binding on the contractor. The Railway does not own any
responsibility for any alteration/omission in the contents of the Tender form
uploaded on the web site. No claim on this account will be entertained. 3) The administration will not own any responsibility, if website is not opened for
downloading / uploading the tender documents due to any technical snag.
4) The prospective tenderers are advised to visit website
“http://www.scr.indianrailways.gov.in” three days before the date of tender
opening to note any changes/corrigenda for any tender.
5) Warning: It is hereby brought to the notice of all prospective tenderers that if
any change/additions/deletions/ alterations are found to be made by them and
the same is subsequently detected / noticed at any stage even after award of the
contract, all necessary action including banning of business would be taken. In
addition, the tenderers are liable to be prosecuted under law.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 6 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
6
1.0. ELIGIBILITY CRITERIA:-
(FOR WORKS WHOSE ADVERTISED TENDER VALUE IS COSTING ABOVE
RS.50 LAKHS). For Tenders of value more than Rs.10 Crore, JV Firm is eligible for
the Tender subject to fulfillment of Techincal and Financial eligibility as per Clause
65 of GCC(Ref:PCE/SC Lr.No W.148/P(Guide lines)Vol.II.dt.13-08-2014).
1.1 Similar nature of
work physically
completed during
the last three
financial years*
and in the current
Financial year** .
Eligibility in terms of Experience: The Tenderer(s) should have
physically completed at least one similar nature of single work
for a minimum value of 35% of advertised Tender value within
the qualifying period i.e., last three financial years* and in the
current Financial year** upto the date of Tender opening (even
though the work might have commenced before the qualifying
period).
1.2 Total Contract
amount received
during the last three
financial years* and
in the current
financial year**.
Eligibility in terms of Turnover: The total contract amount
received during the last three financial years and in the current
financial Year up to the date of Tender opening should be a
minimum of 150% of Advertised Tender Value
a) Tenderer(s) should submit to this effect certificate in original
or an attested certificate from the Govt./Semi Govt./Public sector undertakings for the work done for them
or
b) Audited balance sheet along with P& L A/C duly certified by the Chartered Accountant as detailed in Tender document.
NOTE:
*Financial Year shall normally, be reckoned as 1st April to 31
st March of the Next Year.
However, for Turnover Criteria, the Financial Year as applicable to the
Company/Tenderer is to be considered, if it defers from the above.
**Current Financial year is reckoned as the incomplete Financial year in which the date
of tender submission falls.
2.0. Clarification on “Similar nature of work” and details to be furnished
along with the Tender Documents:
2.1 Similar nature of work:- Similar nature of work is detailed at Page-2 and Page-43
2.2. Similar Nature of works physically completed within the qualifying period i.e. the last 3
Financial years and the current financial year should only be considered in evaluating
the Minimum Eligibility criteria ( even though the work might have commenced before
the qualifying period).
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 7 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
7
2.2.1. The work executed by them for any Govt./Govt.bodies/PSUs shall only be considered
for eligibility for credential verification of similar naure of work. As such works
executed for any Private Company/Individual shall not be treated as eligible works
executed and certificates issued on behalf of Private Company/Individual will not be
considered.
2.2.2. Tenderer should submit attested copy of work experience certificate in Annexure-‘E’
to establish the eligibility criteria. All details as required in the Annexure-‘E’, shall
be made available otherwise the information is treated as incomplete.
2.2.3. The work experience certificate shall be in the name and style of the tenderer
participating or as per provisions under Clause 65.16 of GCC for JV Firm, if
eligible to participate. However, in case the tenderer is submitting the certificate
issued to a JV firm of which the Tenderer is a member, the credentials proportionate
to his share in the JV will be considered. The tenderer shall submit a copy of relevant
JV Agreement attested by any Gazetted Officer along with the Tender.
2.2.4. The work experience certificate shall be issued by an Officer not below the rank of JA
Grade or Bill passing Officer in Railways and Bill passing Officer/Executive In-
charge of work in other Govt./Govt. bodies/PSUs. The certificate should bear the
signature and seal of the issuing officer, name of the department etc.
2.2.5. In case the Certificate/Documents produced are proved to be false and/or fabricated,
the entire Earnest Money (EMD) will be forfeited.
2.2.6. Work experience certificate (Annexure E) shall be attested by any Gazetted officer,
in case photo copies are submitted.
2.3. Value of similar work to be considered:-
2.3.1. The total value of similar nature of works completed during the qualifying period, and
not the payments received within qualifying period alone, shall be considered.
2.3.2. In case, the final bill of similar nature of work has not been passed and final
measurements have not been recorded, the paid amount including Statutory Deduction will be considered.
2.3.3. If final measurements have been recorded and work has been completed with negative
variation, then also the paid amount including Statutory Deduction will be considered.
2.3.4. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value
or last sanctioned agreement value whichever is lower shall be considered for judging eligibility.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 8 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
8
2.3.5. In case of composite works involving combination of different works, even separately completed works of required value should be considered while evaluating the
eligibility criteria.
2.3.6. The value of work completed will not include the cost of any materials issued free of cost by the Railway/Department concerned. Only cash value of the Agreement and
executed cash value will reckon for eligibility.
3.0. Clarification on “ Eligibility on Annual Contractual Turnover and Details to be
furnished along with the Tender Documents”.
3.1. The total contract amount received in the last three financial years and the current
financial year up to the date of tender submission shall be at least 150% of the
Tender value.
3.2. For the completed Financial years, the Tenderer can submit either Audited Balance
Sheets showing clearly the contractual/work receipts in the Profit & Loss account of
the Balance Sheet, duly supported by a Turnover Certificate from the Chartered
Accountant as per “Annexure-F”
Or
Certificate(s) in original issued by Executive or Nominated Authority of the
Department certifying the bill amounts paid Agreement-wise and Date-wise or photo
copy of such certificate attested by a Gazetted Officer. Such certificates will be
accepted only from Govt./Govt. bodies / PSUs by authorities mentioned at Para 2
above.
3.3. For the incomplete Financial Year i.e. the Current year and for any Un-Audited
Completed Financial Year, only certificate on contractual / work receipts in original issued by Executives of the Govt./Govt. bodies / PSUs from whom the payments were
received or photo copy of such certificate attested by a Gazatted Officer, giving details of receipts Agreement-wise and Date-wise will be accepted as proof of contractual
Turnover for the current year and that completed but un-audited Financial Year. Certificates issued by Private Companies / Individuals will not be entertained.
4.0. Additional Documents to be submitted along with the Tender:-
4.1 List of personnel organization available on hand and proposed to be engaged for the subject work. These two lists should be given separately and signed by Tenderer and
are to be submitted in the Proforma given in the Annexure-‘A’.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 9 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
9
4.2 List of Plant & Machinery available on hand (own) and proposed to be inducted (own
and hired to be given separately) for the subject work and this list shall be signed by the
tenderer and is to be submitted in the Proforma given in the Annexure-‘B.
4.3 List of completed works in the last three Financial years giving description of work, Organisation for whom executed, approximate value of contract at the time of award,
date of award and date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given in the Annexure-‘C’.
4.4 List of works on hand indicating name of work, contract value, bill amount paid so far;
due date of completion etc. to be furnished by Contractor in Annexure-‘D’ and this
certificate is to be signed by Contractor.
4.5 In case, tender documents are downloaded from website, the tenderers should enclose
the requisite cost of tender form. If tenderers download tender document from Website
and do not enclose proper money value towards the cost of tender form, their tender
shall be considered as invalid.
5.0 A checklist of documents to be submitted at the time of tender submission is given
as top sheet in Annexure-I for easy guidance and compliance from prospective
Tenderers.
6.0 Delayed / Post Tender submission of Documents/information of Mandatory
Nature linked to eligibility criteria called for at Tender stage:-
6.1. The offer of Tenderer(s) who do not enclose Experience Certificate and Turnover
Certificate with requisite details and supporting documents as detailed under Para 2 &
3 above along with their Tender to establish their credentials shall be summarily
rejected, even though they are working contractors or contractors on approved list.
6.2. (i) The offer shall be evaluated only from the certificates / documents ( as referred
above ) submitted along with the tender offer.
(ii) Any Certificate / Documents offered after the tender opening shall not be given
any credit and shall not be considered.
(iii) Tenderer(s) shall note that conditional / alternate offer will not be considered and
will summarily be rejected, even though such condition makes them as the
lowest tenderer.
(iv) Railway reserves the right to verify the authenticity of the documents / information furnished.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 10 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
10
ANNEXURE-“A”
PROFORMA 1. ENGINEERING ORGANISATION AVAILABLE ON HAND.
Sl. No.
Name & Designation of Employee
Qualification Previous Experience
Working From To
01 02 03 04 05
A
B
C
Z
2. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM ABOVE.
Sl. No.
Name & Designation of Employee
Qualification Previous Experience
Working From To
01 02 03 04 05
A
B
C
Z
3. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM OUTSIDE.
(A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE OBTAINED AND ENCLOSED).
Sl. No.
Name & Designation of Employee
Qualification Previous Experience
Remarks
01 02 03 04 05
A
B
C
Z
SIGNATURE OF THE TENDERER (S): NAME OF THE TENDERER(S):
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 11 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
11
ANNEXURE-“B”
PROFORMA
1. PLANT & MACHINERYAVAILABLE ON HAND. Sl.
No.
Particulars
of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx.
cost in Rs.
in lakhs
Purchase Bill No. &
Date and
Registration
particulars
01 02 03 04 05 06 07 08
A
B
C
Z
2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE. Sl.
No.
Particulars
of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx.
cost in
Rs. in
lakhs
Purchase Bill No. &
Date and
Registration
particulars
01 02 03 04 05 06 07 08
A
B
C
Z
3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE. Sl.
No.
Particulars of
machinery,
Plant &
equipment
No. of
Units
Kind
and
make
Capacity Age and
Condition
Approx.
cost in
Rs. in
lakhs
If to be purchased
give likely date of
receipt and
supplier’s Name.
01 02 03 04 05 06 07 08
A
B
C
Z
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 12 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
12
ANNEXURE-“C”
LIST OF COMPLETED WORKS BY THE TENDERER
Sl.
No.
Name of
work
Agreement
No. and
date
Designation
and address
of agreement
signing
authority
Agreement
value in
lakhs
Completed
value of
work ( in
lakhs)
Date of
completion
Remarks
Railway works
A
B
C
D
E
Z
State Govt.
Works
A
B
C
D
E
Z
Public Sector
Undertaking
Works
A
B
C
D
E
Z
SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 13 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
13
ANEXURE-“D”
LIST OF WORKS ON HAND WITH THE TENDERER
Sl.
No.
Name of
work
Agreement
No. and
date
Designation
and address
of agreement
signing
authority
Agreement
value in
lakhs
Bill
amount
paid so
far in
lakhs
Due date of
completion
Number of
extensions
taken
Railway works
A
B
C
D
E
Z
State Govt.
Works
A
B
C
D
E
Z
Public Sector
Undertaking
Works
A
B
C
D
E
Z
SIGNATURE OF THE TENDERER:
NAME OF THE TENDERER:
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 14 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
14
ANNEXURE-“E”
EXPERIENCE CERTIFICATE
Sl. No.
Work Details Details
1 Name of Work
2 Agreement Number, date and name of the
Agency.
3 Agreement Value in Rupees ( in words and
figures)
4 Due date of completion
5 Number of Extensions granted
6 Actual date of completion of work
7 Value of Final Bill if passed (in words)
8 Work completed but Final measurements not
recorded a) Amount paid so far as in CC Bill No.
9 Work completed, Final measurements recorded with negative variation.
a) Amount so far paid as in CC Bill No.
10 Work completed, if Final measurements
recorded with positive variation which is not sanctioned yet
a) Original agreement value or last sanctioned agreement value whichever is lower
Note: This certificate in this proforma is to be issued only for physically Completed work. 1) This certificate to be issued by an Officer not below the rank of JA
Grade or Bill Passing Officer in Railways and Bill Passing Officer / Executive In-charge of work in other Govt. / Govt. bodies / Public
Sector Undertaking. The certificate should bear the signature and seal of the issuing officer, name of the department etc.
Signature :
Name of Officer :
Designation :
Address :
Office Seal :
Phone / Fax No. :
Date :
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 15 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
15
ANEXURE-“F”
CERTIFICATE FROM CHARTERED ACCOUNTANT IN THEIR LETTER HEAD
TO WHOMSOEVER CONCERNED
We________ are the Auditors for the Firm__________________________________ since last
________(many) years. On the strength of the above association, we are issuing this certificate Firm
on the Annual Contractual Turnover during the last three Audited Financial Years as per Audited
Balance Sheets.
It is further certified that advances or loans taken by the Firm in connection with execution of the work
is not reflected in the contractual receipts from Works Contracts indicated below
Sl.
No.
Financial
Year
Receipts reflected in
Audited Balance Sheets in
P&L account
(Rs.)
Contractual receipts from
Works Contracts
(Rs.)
Remarks
1 2 3 4 5
Signature :
Name of CA :
Address :
Office Seal :
Phone No. :
e.mail :
Date :
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 16 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
16
Annexure-I(a) TENDER
To
The President of India
Acting through the Principal Chief Engineer,
Divisional Railway Manager,
Senior Divisional Engineer/Divisional Engineer
South Central Railway
I/We-------------------------------------------------------------------- have read the various conditions to
tender attached hereto and hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for a period of 90 days from the date fixed for opening the same and in
default thereof, I/We will be liable for forfeiture of my / our Earnest Money”. I/ We offer to do the
work for South Central Railway, at the rates quoted in the attached schedule and hereby bind
myself /ourselves to complete the work in all respects within the time period stipulated in the
enclosed Schedule from the date of issue of letter of acceptance of the tender.
2. I / We also hereby agree to abide by the General Conditions of Contract corrected with the latest
printed/advance correction slips and to carry out the work according to the special conditions of
contract and specifications of materials and works as laid down by Railway in the annexed Special
Conditions / Specifications and the South Central Railway Works Hand Book Part III corrected
with the latest printed / advance correction slips, sanitary works Hand Book corrected with the
latest printed/advance correction slips, Schedule of Rates corrected with the latest Printed/advance
correction slips for the present contract.
3. A sum of rupees as notified in the Tender Notice and on the cover page of this Tender booklet is herewith forwarded as earnest money deposit. The full value of earnest money shall stand
forfeited without prejudice to any other rights or remedies in case my/our Tender is accepted
and if :-
a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of
notice issued by the Railway that such documents are ready, and
b) I /We do not commence the work within fifteen days after receipt of orders to that
effect.
4 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us and
indicated in the letter of acceptance of my/our offer for this work.
SIGNATURE OF WITNESSES
1.
2. SIGNATURE OF TENDERER(S)
Date:
Address of the Tenderer (s)
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 17 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
17
ACCEPTANCE OF TENDER
I accept the tender and agree to pay the rates as per Standard Schedule of Rates_____ as
corrected by and up to correction slip No_______ of _ enhanced / diminished by ________
percent / at par in respect of schedule “A” and at the rates as entered in the
schedule__________.
DIVISIONAL RAILWAY MANAGER
DIVISIONAL ENGINEER / SENIOR DIVISIONAL ENGINEER
SOUTH CENTRAL RAILWAY
For and on behalf of the President of India.
Witness:
1.
Division_________________
Date:____________________
2.
FOR RAILWAY USE ONLY & TENDER(S) NOT
REQUIRED TO SIGN
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 18 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
18
Annexure-II SOUTH CENTRAL RAILWAY
AGREEMENT OF WORKS 1. Contract agreement No_____ dt._______ articles of agreement made this ________day of _______ between The
President of India acting through the ____________ South Central Railway Administration [herein after called the
Railway which expression shall unless the context does not so admit include his successors and assignees in office
of the one part and ________ [herein after called the contractor which expression shall unless excluded by the
context includes his heirs, executors, administrators, successors and assignees] of the other part.
2. Where as the contractor has agreed with the Railways for the work ______________ set forth in the schedule hereto
annexed up on the General Conditions of contract and the specifications of the South Central Railway and the
Special Conditions and Special Specifications, if any, and in conformity with the drawings here to annexed, if any,
and whereas the performance of the said work is an act in which the public are interested.
3. Whereas the balance in the security deposit after adjustment of earnest money of Rs._______ originally paid by the
contractor is at the instance of the contractor recovered at 10 percent of the value of the running bills till the amount
of security deposit of Rs.________ is fully recovered.
4. Whereas the contractor has furnished an irrevocable Bank Guarantee for Rs.____________(5% of Contract value) towards Performance Guarantee valid upto _____________(valid up to the stipulated date of completion plus 60
days beyond that).
5. Now this indenture witnesseth that in consideration of the payments to be made by the Railway the contractor will
duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care
and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in
accordance with the said specifications and said drawings and said conditions of contract on or before the
_____________ date of ________ year and will be maintain the said works for a period of _________calendar
months from the certified date of the completion and will observe, fulfill and keep all the conditions therein
mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth
herein), and the Railway both hereby agree that if the contractor shall duly perform the said work in the manner
aforesaid and observe and keep said terms and conditions. The Railway will pay or cause to be paid to the contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates setforth
in the USSR,2010 as corrected by and up to correction slip No ___ for Vijayawada division, enhanced/diminished /
“At par” ________ percent of Schedule ( items covered by SSR) and the rates shown in the schedule _______ for
items not covered by SSR.
6. It is hereby agreed and declared that all the provisions of the said specifications, conditions of contract which have
been carefully read and understood by the contractor and schedule of rates, including the general instructions
contained in page _______ thereof shall be as binding up on the contractor and up on the Railway Administration as
if the same has been repeated herein and shall be read as part of these presents.
Signature of the contractor
Name of the Contractor
Address
Date:
Signature of witnesses with address to
Signature of Contractor
Signature
Designation
For and on behalf of the President of India.
South Central Railway.
Date :
Witnesses:-
TO BE SIGNED AT THE TIME OF AGREEMENT ONLY
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 19 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
19
( REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OF
CONTRACTORS FOR CIVIL ENGINEERING WORKS)
MEANING OF TERMS. Definitions:
1. In these regulations for tenders and contracts the following terms shall have the meaning
assigned hereunder except where the context otherwise requires.
(a) Railway shall mean the President of the Republic of India or the
Administrative officer of South Central Railway or the successor Railway
authorized to invite tenders and enter into contracts for works on his behalf.
(b) General Manger shall mean the officer in Administrative charge of the whole of
South Central Railway and shall mean and include the General Manger of the
successor Railway.
(c) “Principal Chief Engineer” shall mean the officer in charge of the Engineering
department, South Central Railway.
(d) “Divisional Railway Manager” shall mean the administrative officer in charge of
the division of South Central Railway for the time being.
(e) “Divisional/Sr. Divisional Engineer” shall mean the officer in charge of the
division or district of South Central Railway.
(f) Tenderer shall mean the person/ the firm or the company who tenders for the
works with a view to secure the work on contract with the Railway and shall
include their personal representatives, successors and permitted assignees. (g) Limited tenders shall mean tender invited from all or some contractors from the
approved list of contractors with the Railway.
(h) Open tenders shall mean tenders invited in open and public manner and with
adequate notice.
(i) The work shall mean the works contemplated in the drawings and schedules set
forth in the tender forms and description of contract and required to be executed
according to specifications.
(j) Specification shall mean the specifications, materials and works, South Central
Railway issued under the authority of the Principal Chief Engineer or as
amplified, added to or superceded by special specifications, if any, appended to
the tender forms.
(k) Schedule of rates, South Central Railway shall mean the schedule of rates issued
under the authority of the Principal Chief Engineer from time to time.
(l) Drawings shall mean the drawings, plans and tracing or prints thereof annexed to
the tender forms.
Singular and plural: 2. Words imparting the singular number shall also include the plural and vice
versa where the context requires.
Interpretations: 3.These regulations for tenders and contracts shall be read in conjunction with
the General Conditions of the Contract which are referred to herein and
shall be subject to modifications, additions, super cessions by special
conditions of contract and/ or special specifications, if any, annexed to the
tender forms.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 20 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
20
Contractors 4. A contractor who has not carried out any work so far on this Railway should furnish
credentials particulars regarding.
a. his position as an independent contractor.
b. His capacity to undertake and carry out works satisfactorily, as vouched for by a
responsible official or firm.
c. His previous experience on works similar to that to be contracted for, in proof of which
original certificates or testimonials may be called for and their genuineness verified, if
need be, by reference to the signatories thereof.
d. His knowledge, from, actual personal investigation, of the resources of the zone or zones
in which he offers to work
e. His ability to supervise the work personally or by competent and duly authorized agents.
f. His financial position.
Omissions
Discrepancies: 5. Should a tenderer find discrepancies in, or omissions from the drawing or any of the
Discrepancies tender forms or should he be in doubt to their meanings he should at
once notify the authority inviting who may send a written instruction to all tenderers. It
shall be understood that every endeavor has been made to avoid any error which can
materially affect the basis of the tender and the successful tenderer shall take upon
himself and provide for the risk of any error which may subsequently be discovered
and shall make no subsequent claim on account thereof.
Earnest Money: 6 (a) The tenderer shall be required to deposit a sum of `̀̀̀2,17,790/- as Earnest
money deposit for the due performance of the stipulation to keep the offer open till
such date as might be specified in the tender. It shall be understood that the tender
documents have been sold/issued to the tenderer and the tenderer is permitted to tender
in consideration of the stipulation on his part, that after submitting his tender he will
not resile from his offer or modify the terms and conditions thereof in a manner not
acceptable to the Principal Chief Engineer, Divisional Railway Manager, Divisional
Engineer, Sr. Divisional Engineer of South Central Railway. Should a tenderer fail to
observe or comply with the said stipulation, the aforesaid amount shall be liable to be
forfeited to the Railway.
(b) The sum mentioned in (a) above constitutes the earnest money. If his tender is accepted
this earnest money will be retained as part of security for due and faithful fulfillment of
the contract in terms of clause 16 of the General Conditions of the Contract. The earnest
money deposit of the other tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or depreciation that may
happen thereto while in their possession nor be liable to pay interest thereon.
Care in sub- 7a Before submitting a tender, the tenderer will be deemed to have satisfied
mission of Tender himself by actual inspection of the site and locality of the works, that all conditions
liable to be encountered during the execution of the works, are taken into account
and that the percentage/rates he enters in the tender forms is/are adequate and all
inclusive to accord with the provisions in Clause 37 of the General conditions of
Contract for the completion of works to the entire satisfaction of the Engineer.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 21 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
21
b When work is tendered for by a firm or company of contractors, the
tender shall be signed by the individual legally authorised to enter
into commitments on their behalf.
The Railways will not be bound by any power of attorney granted
By the tenderer or by changes in the composition of the firm made
subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the
contractor.
Right of Railway 8 The Railway reserves the right of not to invite tenders for any work
or works, to invite open or limited tenders, and when tenders are
to deal with Tenders called, to accept a tender in whole or in part or
reject any tenders or all tenders without assigning reasons for any such
action.
Execution of 9 The tenderer whose tender is accepted shall be required to appear
Contract at the office of the General Manager, Principal Chief Engineer,
Documents Senior Divisional Engineer or Divisional Engineer, as the case may
be in person, or if a firm or corporation or a duly authorised representative
shall so appear and to execute the contract documents within seven days
after notice issued by Railway that such documents are ready. Failure to do so shall constitute a breach of the agreement affected by the acceptance of
the tender in which case the full value of earnest money accompanying the
tender shall stand forfeited without prejudice to any other rights or
remedies.
In the event of any tenderer whose tender is accepted shall refuse
to execute the contract documents as herein-before provided
the Railway may determine that such tenderer has abandoned
the contract and there upon his tender and the acceptance thereof
shall be treated as cancelled and the Railway shall be entitled
to forfeit the full amount of the earnest money and to recover the
performance guarantee as per clause No.9 of Special Conditions of contract.
Form of 10 Every contract shall be completed in respect of the documents it shall
Contract so constitute. Not less than two copies of the contract documents shall
Document be signed by the competent authority and the contractor and one copy
given to the contractor.
The contract documents required to be executed by the tenderer
whose tender is accepted shall be the agreement at Annexure-II.
Form of 11 The Tender shall be submitted in the prescribed form annexed hereto.
Quotation
Place:
Date :
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 22 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
22
CONDITIONS OF TENDER
1 The drawings for the Works can be seen in the office of the Divisional Railway Manager (Works), South Central Railway, Vijayawada at any time during office Hours.
2 General Conditions of Contract and Specifications for Materials and works of South Central
Railway , can be seen at the Office of Divisional Railway Manager (works),South Central Railway,
Vijayawada or had on payment at the rates fixed for each book from time to time.
3 The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules(items covered
by S.S.R and items not covered by S.S.R). The quantities shown in the attached Schedules are given
as a guide and are approximate only and are subject to variation according to the needs of the
Railway. The Railway accepts no responsibility for their accuracy, the Railway does not guarantee
work under each item of the Schedule.
4 Tenders containing erasures and alterations of the tender documents are liable to be rejected. Any
corrections made by the tenderer/tenderers in his/their entries must be attested by him/them.
5 The works are required to be completed within a period of Six months from the date of issue of the
acceptance of tender.
6 The tender must be accompanied by a sum of `2,17,790/- as earnest money deposited in cash or in
any of the forms mentioned below failing which the tender will not be considered and will be
summarily rejected.
7 The earnest money shall be as below on the estimated tender value as indicated in the Tender Notice.
The Earnest money shall be rounded to the nearest Rs.10 (Rupees Ten only). This earnest money
shall be applicable for all modes of tendering.
Sl.No. Value of work EMD
a For works with Estimated
Tender Value costing
upto Rs.1 Crore
2 % of the Estimated Tender Value
b For works with estimated
Tender Value to cost
more than Rs.1 Crore
Rs.2 lakhs plus 1/2 % (half percent) of the
excess of estimated cost of work beyond Rs.1
Crore subject to a maximum of Rs.1 Crore
The Earnest Money should be in any of the following forms:-
“The Earnest Money should be in cash or Banker’s Cheques/ Demand Drafts executed
by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.” i) Earnest Money Deposit in the form of cash paid to Divisional Cashier (Pay) S.C.Railway,
Vijayawada and the cash receipt in original should be submitted along with the offer.
Banker’s Cheque/ Demand Draft drawn in favour of Senior. Divisional Finance Manager/
S.C. Railway, Vijayawada should be submitted along with the offer (Ref: FA&CAO/SC
letter No.AFX/EMD/PolicyVol.I dt 15-12-2014).
ii) The Tenderers should furnish the Postal address, E.Mail address, FAX No. and Phone No.
of the Bank issuing the BC/DD towards EMD.
iii) Any other form of EMD including Guarantee Bonds etc., other than Cash/BC/DD is not
acceptable. If the tender is accepted, the amount of earnest deposit will be held as security deposit for the due and faithful
fulfillment of the contract. The earnest money of the unsuccessful tenderer will save as herein before provided,
be returned to the unsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation
that may happen to the security for the due performance of the stipulation to keep the offer open for the period
specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 23 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
23
8 The Standing Earnest Money Deposit, if any with the Railway will not be considered for the
purpose of this Tender.
9 It shall not be obligatory on the said authority to accept the lowest tender and no tenderer/ tenderers
shall demand any explanation for the cause of rejection of his / their tender.
10 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their tender or
creates/ create circumstances for the acceptance of his/their tender, the railway reserves the right to
reject such tender at any stage.
11 If a tenderer expires after the submission or his tender of after the acceptance of his tender, the railway
shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or
after the acceptance of their tender,the railway shall deem such tender as cancelled, unless the firm
retains its character
12 The earnest money for the due performance of the stipulation to keep the offer open till the date specified
in the tender will be refunded to the unsuccessful tenderer/ tenderers within a reasonable time. The
earnest money deposited by the successful tenderer/tenderers will be retained towards the security
deposit for the due and faithful fulfillment of the contract but shall be forfeited if the contractor
fails/contractors fail to execute the Agreement Bond or start the work within a reasonable time (to be
determined by the Engineer-in-charge) after notification of the acceptance of his/their tender.
13 Tenders must be enclosed in sealed covers, super scribed “The Tender for
Tender No.27/East/2015 and must be sent by Registered Post to the address of Divisional Railway Manager(Works), South Central Railway, Vijayawada so as to reach his office not later than 15-45 hours.
On the prescribed date of opening or deposited in the Special Box allotted for the purpose in the office of
the Divisional Railway Manager (Works) Vijayawada. This will be sealed at 15-45 hours on the
prescribed date of opening.
14 Non-compliance with any of the conditions set forth herein above is liable to result in the tender being
rejected.
15 The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender
nor does he undertake to assign reasons for declining to consider any particular tenderer / tenderers.
16 The Successful Tenderer/Tenderers shall be required to execute an agreement with the President of
India acting through the Principal Chief Engineer/Chief Engineer/ Engineer-in-chief/Deputy Chief Engineer (Constructions), Divisional Railway Manager/ Divisional Engineer/ Senior Divisional Engineer
(Construction)of the Railway for carrying out the work according to the General Conditions of the
Contract and specifications for works and material of South Central Railway including correction slips
issued from time to time.
17 The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of
tender, within which period the tenderer cannot withdraw his offer subject to the period being extended
further if required by mutual agreement from time to time. Any contravention of the above condition
will make the tenderer liable for forfeiture of Earnest Money Deposit for due performance of the
foregoing stipulations.
18 The Administration does not agree to pay Sales Tax in addition to the price quoted:
19 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called for
negotiations should furnish the following form of declaration before commencement of negotiations.
“I/we, _______________________do declare that in the event of failure of the contemplated negotiations
relating to Tender No. ______opened on ____________my/our original tender shall remain open for acceptance on its original terms and conditions.
I/we also declare that I/we am/are aware that during this negotiation, I/we cannot increase the
originally quoted rates against any of the individual items and that in the event of my/our doing so, the
same would not be considered at all i.e., reduction in rates during negotiation alone would be considered and for some items if I/we increase the rates, the same would not be considered and in lieu my/our
originally quoted rates alone would be considered and my/our offer would be evaluated accordingly. ”
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 24 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
24
20. Employment /partnership etc., of Retired Railway Employees: (a) Should a tnderer be a retired engineer of the
Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative
capacity or whether holding a pensionable post or not, in the Engineering or any other department of any of the
Railways owned and administered by the President of India for the time being, or should a tenderer being partnership
firm have as one of its partners a retired engineer or a retired Gazetted Officer as aforesaid, or should a tenderer being
an incorporated company have any such retired Engineer or retired officer as one of its directors or should a tenderer
in his employment any retired Engineer or retired Gazetted officer as aforesaid , the full information as to the date of
retirement of such engineer or gazetted officer from the said service and in cases where such engineer or officer had
not retired from Government Service at least One year prior to the date of the submission of the tender as to whether
permission for taking such contract, or if the contractor be a partnership Firm or an incorporated company, to become a
partner or director as the case may be or to take employment under the contractor has been obtained by the tenderer or
the engineer or the officer as the case may be from the President of India or any Officer duly authorized by him in this
behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without information above
referred to or a statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the
tenderer, as the case may be, shall be rejected. (b) Restriction on the employment of retired Engineers of Railway
services within one year of their retirement: The contractor shall not, if he is a retired Govt. Engineer of Gazetted rank,
himself engage in or employ or associate a retired Govt. Engineer of Gazetted rank, who has not completed one year
from the date of retirement , in connection with this contract in any manner whatsoever without obtaining prior
permission of the President of India and if the contractor is found to have contravened this provision it will constitute
a breach of contract and administration will be entitled to terminate the contract and forfeit Earnest Money Deposit
(EMD), Performance Guarantee (PG) and Security Deposit (SD) of that contract. (c) At any time after the tender
relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its
partners or employee under it or being an incorporated company elect or nominate or allow to act as one of its
directors or employee under it in any capacity whatsoever any retire Engineer of the Gazetted rank of any other retired
Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding
any pensionable post or not, in the Railways for the time being owned and administered by the President of India
before the expiry of one year from the date of retirement from the said service of such Engineer or Officer unless such
Engineer or Officer has obtained permission from the President of India or any Officer duly authorized by him in this
behalf to become a partner or a director or to take employment under the contract as the case may be (Ref: PCE/SC
Lr.No.W.148/P/G.C.C./Vol.II dt 19-02-2015).
21. Should a tenderer or contractor being an individual on the list of approved contractors, have a relative
employed in Gazetted capacity in the Engineering department of the South Central Railway or in the case of a
partnership firm or company incorporated under the Indian company law, should a partner or a relative of the
partner or a SHARE HOLDER or a relative of a SHARE HOLDER be employed in Gazetted capacity in the
Engineering Department of the South Central Railway, the authority inviting tenders shall be informed of the fact
at the time of submission of tenders failing which the tender may be rejected or if such fact subsequently comes to light the contract my be rescinded in accordance with the provisions in Clause 62 of the General conditions of
the contract.
22. CONSORTIUM AGREEMENTS, JOINT VENTURE AND MOUs SHALL NOT BE
CONSIDERED FOR THE TENDER VALUE OF WORKS LESS THAN Rs.10 Crores.
23. Partnership Firm:-
i. Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer
should enclose/submit experience certificate in the same name and style as the tenderer and
their credentials shall be considered fully to the extent of work executed by the partnership
firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED).
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 25 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
25
ii. Any change or modification in the constitution of tendering firms for whatever purpose or
intimation of any disputes by any of the partners in the firm making tendering firm
ineligible, during consideration of Tender after opening of the Tender, shall be deemed to
be backing out of the offer by the Tenderer.
24. PARTNERSHIP DEEDS, POWER OF ATTORNEY ETC.:-
25. The Tenderer shall quote rates as percentage “Above/Below/At Par” for each schedule in the respective Tender Schedule(s) only. Tenderer should sign below the rate quoted by him for each schedule of Tender document.
26. The rate quoted anywhere, other than the respective Tender Schedule shall not be considered.
Any corrections to the rate once quoted by the tenderer should be in INK and must be attested by tenderer. However, if any tenderer wants to give discount offer prior to closing of tender box and after submission of his tender offer, then the same is to be given in a separate sealed envelope
duly signed and stamped on letter head, prior to closing of tender i.e, sealing of the tender box. Tender number, description of work etc., should be written on the sealed cover.
27. Where there is a discrepancy between the rates quoted in figures and in words, the rate quoted in words will be considered for evaluation of the tenderer offer.
28. Rates quoted without signature of tenderer will be considered as “Not Quoted” and/ or if no rate
is quoted for any schedule, then the offer will be treated as incomplete offer and will not be
considered for award of work.
29. Rates quoted without prefix “Above/At Par/Below” will be considered to be quoted as “Above”
the tender schedule rates.
30. No correspondence/ representation from tenderer will be considered for their failure to quote the rates as above.
31. Tenderers shall note that conditional/alternate offer will not be considered and will summarily
be rejected, even though such condition makes them as the lowest tenderer.
In the case of Partnership firms, an attested copy (attested either by Notary or by
Gazetted officer) of the partnership deed with latest modification of the deed should be
submitted along with the Tender documents without fail.
The Tenderer shall clearly specify whether the Tender is submitted on his own or on
behalf of Partnership concern. If the tender is submitted on behalf of a Partnership
concern, he should submit the certified copy of Partnership deed along with the Tender
and authorization to sign the Tender documents on behalf of the Partnership firm. If
these documents are not enclosed along with the Tender documents, the Tender
will be treated as having been submitted by individual signing the Tender document. The Railway will not be bound by any Power of Attorney granted by the
Tenderer or by changes in the composition of firm subsequent to the execution of the
contract. It may, however, recognize such power of attorney and the changes after
obtaining proper legal advice, the cost of which will be chargeable to the contractor.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 26 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
26
SPECIAL CONDITIONS OF CONTRACT
1 The rates include all lead and if the materials obtained by rail all freight charges including
loading charges.
2 Sales tax, Royalties and Octroi duties, if any, that may be payable under Provincial
Government Sales Tax Act or Local Bodies Act or rules on any of the material that may be
used or supplied by the contractor will be payable by the contractor. The Railway will
neither pay the taxes or duties nor be bound to compensate the contractor for any amounts paid by him by way of these taxes or duties.
Sales Tax at 4% on the materials portion of the contract will be deducted from each on
account bill where identifiable. Where the labour and material portion is not clearly
identifiable, the labour element shall be taken as 30%. On the balance 70% of the value of
the work, 4% shall be deducted pro-rata from each “on account bill” towards Sales tax.
Seigniorage charges recoverable from bills:- Seigniorage charges for supply of earth, mooram, sand and other minerals as fixed by the State
Government and payable to them as revised from time to time during the currency of contract
will be recovered by Railway from the contractors “on account” and “final bills” and remitted to
the state government. The rates quoted by the Tenderer shall be inclusive of these charges.
Claims regarding revision of seigniorage charges and consequent enhancement of the accepted
rate will not be entertained. However, no seigniorage charges / fee shall be recovered from the
bills of the contractor, if the contractor produces documentary evidence e.g. “Transit Passes”
issued by State Govt. Officials in token of having paid seigniorage fee. In such cases, the
genuineness of such documentary evidence produced along with proof of payment of
seigniorage charges, shall be got verified by the Railway from the concerned Mining and
Geology Dept
3 WATER:- A charge of One percent will be made by the Railway for the supply by the Railway of piped water from existing pipe lines and calculated on the
amount of all items of work (SSR/NS items) appearing in the bills payable to the
contractor in respect of which work such water has been issued to the Contractor
and such charges should be deducted from sums due or payable by the Railway to
the Contractor from time to time.
4 In the event of water having to be brought by the Railway to the site of the work in
traveling tanks, the actual freight at Public Tariff rate and all other charges incurred
therein including any demurrage that may be levied shall be payable by the
Contractor and deducted from sums due or payable by the Railways to the
Contractor from time to time.
In addition to the charges of one percent referred to above, if additional pipe lines to those
already existing are called for by the contractor, the cost of the same and all charges
incurred by the Railway in their laying including supervision charges will be paid by the
contractor or the contractor provides and lay his own piping at the discretion of Divisional
Engineer.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 27 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
27
5 The Railway does not guarantee work under each items of the Master Schedule. For example if
a gate-lodge or gang huts are to be built between stations and the work order issued to the
sectional contractors additional payment on account of lead or freight charges for the materials
that may have to be brought by rail or by road, will not be admissible.
6 If there arises any discrepancy between the printed Unified Standard schedule of Rates 2010
as amended by addendum and corrigendum slips issued from time to time upto date and the
schedule attached to the Tender pertaining to this work, the former shall be treated as
authentative and binding in all purposes.
7 Rubble masonry shall be first sum of Railways Specification No 503 according to South Central
Railway Specification for materials and works. contractors attention is particularly invited to
dressing of stone as laid down in the Railway’s specification.
8 The Special conditions supplemented to the conditions of Tender and contracts the General
conditions of contract and the notes appearing under the relevant chapter and sub chapters of the
Unified Standard schedule of Rates 2010 should be considered as part of the contract papers
where the provisions of these conditions are at variance with General Conditions of Contract
these special conditions.
9 Performance Guarantee (P.G.):- a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)
days from the date of issue of Letter of Acceptance (Excluding the date of issue of LOA;Ref-
CE/Works/SC letter No.W.148/P/GCC/Vol.II dt.30-05-2014). Extension of time for submission
of PG beyond 30(thirty) days and upto 60 days from the date of issue of LOA may be given by
the Authority who is competent to sign the contract agreement. However, a penal interest of
15% per annum shall be charged for the delay beyond 30 (thirty) days, ie., from 31st day after
the date of issue of LOA(Excluding the date of issue of LOA;Ref-CE/Works/SC letter
No.W.148/P/GCC/Vol.II dt.30-05-2014). In case the contractor fails to submit the requisite PG
even after 60 days from the date of issue of LOA, the contract shall be terminated duly
forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall
be debarred from participating in re-tender for that work.
b. The successful bidder shall submit a Performance Guarantee (PG) in any of the following
forms, amounting to 5% of the contract value:- (i) A deposit of Cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the market
value, (iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of the
Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever
is less.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 28 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
28
Also FDR in favour of Senior Divisional Finance Manager, S.C.Railway,
Vijayawada (free from any encumbrance) may be accepted.
1 The Performance Guarantee shall be submitted by the successful bidder after the
Letter Of Acceptance(LOA) has been issued, but before signing of the contract
agreement. This P.G. shall be initially valid up to the stipulated date of completion
plus 60 days beyond that. In case, the time for completion of work gets extended,
the contractor shall get the validity of P.G. extended to cover such extended time
for completion of work plus 60 days.
1.0 The value of PG to be submitted by the contractor will not change for variation
upto 25%(either increase or decrease). In case during the course of execution,
value of the contract increases by more than 25% of the original contract value, an
additional Performance Guarantee amounting to 5%(five percent) for the excess
value over the original contract value should be deposited by the Contractor.
1.1 The Performance Guarantee (PG) shall be released after physical completion of
the work based on the ‘Completion Certificate’ issued by the competent
authority stating that the contractor has completed the work in all respects
satisfactorily. The security deposit, however, shall be released only after the
expiry of the maintenance period and after passing the final bill based on ‘No
Claim Certificate’ from the contractor. 1.2 Whenever the contract is rescinded, the security deposit shall be forfeited and
the Performance Guarantee shall be encashed. The balance work shall be got
done independently without risk and cost of the failed contractor. The failed
contractor shall be debarred from participating in the tender for executing the
balance work. If the failed contractor is a JV or a partnership firm, then every
member/ partner of such a firm shall be debarred from participating in the
tender for the balance work either in his / her individual capacity or as a partner
of any other JV / partnership firm.
1.3 The Engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and / or without prejudice to any other provisions in the contract
agreement) and this shall be in the event of:
i) Failure of the contractor to extend the validity of the Performance Guarantee
as described herein above, in which event the Engineer may claim the full
amount of the Performance Guarantee.
ii) Failure of the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the Clauses / Conditions
of the agreement, within 30 days of the service of notice to this effect by
Engineer.
iii) The contract being determined or rescinded under provision of the GCC the
Performance Guarantee shall be forfeited in full and shall be absolutely at the
disposal of the President of India.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 29 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
29
10 Security Deposit:-
The scale of Security Deposit that is to be recovered from the contractor shall
be as follows.
a. Security Deposit should be 5% of the contract value.
b. The rate of recovery will be at the rate of 10% of the bill amount till
the full Security Deposit is recovered.
c. Security Deposit will be recovered only from the running bills of the
contract and no other mode of collecting SD such as SD in the form of
instruments like Bank Guarantee, Fixed Deposit Receipt etc., shall be
accepted towards Security deposit.
d. Conversion of Security Deposit into FDR after recovery of full stipulated SD (FA& CAO/SC letter No.AFX/EMD/Policy/ Vol.I
dt.26.8.2010 circulated vide PCE/SC lr. No.W.148/ SCRCA
dt.30.9..2010):- If the contractor so desires, the cash deposits in the
form of security deposit may be allowed to be converted into FDRs(in
favour of respective Accounts Officers and on account of contractor),
after full recovery, at the discretion of the Railway, duly collecting
necessary charges of conversion by the Railway Administration.
The security deposit shall be released only after the expiry of the
maintenance period and after passing the final bill based on ‘No Claim
Certificate’.
After the work is physically completed, security deposit
recovered from the running bills of a contractor can be returned to him if
he so desires, in lieu of FDR/irrevocable bank guarantee for equivalent
amount to be submitted by him. In case of contracts of value Rs.50 crores and above, irrevocable bank
guarantee can also be accepted as a mode of obtaining security deposit.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 30 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
30
11 REVISED COMPREHENSIVE CLAUSE 46A OF GCC– PRICE VARIATION CLAUSE: As per
Railway Board Letter No.2007/CE-CT/18/Pt.19 dt.14.12.2012-Price Variation Clause shall be
applicable only for contracts of value ( Contract Agreement value) Rs.50 lakh and more, irrespective
of the contract completion period and Addendum & Corrigendum Slip (ACS) No.6 to GCC, July
2013: Amendment to Clause 46A.7 (a sub-clause of PVC) to GCC issued by Railway Board vide
Lr.No.2007/CE-I/CT/18/Pt.13 dt.02/05/2014 communicated vide PCE/SC Lr. No .W.148/P/G.C.C./Vol.II
dt.05/06/2014 and Addendum & Corrigendum Slip (ACS) No.2 to GCC, July 2014: Amendment to Clause 46A.1(a sub-clause of PVC) to GCC issued by Railway Board vide Lr.No.2007/CE-
I/CT/18/Pt.19(FTS8798) dt.15-10-2014 communicated vide PCE/SC Lr.No.W.148/P/G.C.C./Vol.II dt.12-12-
2014.
Clause 46A-Price Variation clause:
46A.1. Price Variation clause shall be applicable only for contracts of value as prescribed by the
Ministry of Railways through instructions/circulars issued from time to time and irrespective of the contract completion period. Variation in quantities shall not be taken into account for
applicability of PVC in the contract. Materials supplied free of cost by Railway to the
contractors shall fall outside the purview of Price Variation clause. If, in any case, accepted
offer includes some specific payment to be made to consultants or some materials supplied by
Railway free or at fixed rate, such payments shall be excluded from the gross value of the work
for the purpose of payment/recovery of price variation.
Applicability of PVC based on original contract value is illustrated as under-
“If estimated value of a tender (N.I.T. value) is Rs.50 lakh; but value of the contract as per
Contract Agreement is Rs.45 lakh, then PVC shall not apply, even if the actual final value is
Rs.50 lakh or more due to variation in quantities during execution of the contract. Thus,
variation in quantities after signing of Contract Agreement is not relevant for deciding whether
PVC is applicable to a contract or not.”
46A.2. The Base Month for ‘Price Variation clause’ shall be taken as month of opening of tender
including extensions. If any, unless otherwise stated elsewhere. The quarter for applicability of
PVC shall commence from the month following the month of opening of tender. The Price
Variation shall be based on the average Price Index of the quarter under consideration.
46A.3. Rates accepted by Railway Administration shall hold good till completion of work and no
additional individual claim shall be admissible on account of fluctuations in market rates,
increase in taxes/any other levies/tolls etc., except that payment/recovery for overall market
situation shall be made as per Price Variation Clause given hereunder.
46A.4. Adjustment for variation in prices of material, labour, fuel, explosives detonators, steel,
concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner
prescribed. 46A.5. Components of various items in a contract on which variation in prices be admissible , shall be
Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, concreting, Ferrous, Non-
ferrous, Insulator, Zinc, erection etc., However, for fixed components, no price variation shall
be admissible.
46A.6. The percentages of labour component, material component, fuel component etc., in various types
of Engineering Works shall be as under:
Component Percentage Component Percentage
A) Earthwork contracts:
Labour component
50% Other material components
15%
Fuel
component
20% Fixed
component*
15%
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 31 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
31
A) Ballast and Quarry Products contracts
Labour
component
55% Other material
components
15%
Fuel
component
15% Fixed
component*
15%
B) Tunnelling Contracts
Labour
component
45% Detonators
component
5%
Fuel
component
15% Other material
components
5%
Explosive
component
15% Fixed
component*
15%
C) Other Works Contracts
Labour
component
30% Fuel component 15%
Material
component
40% Fixed
component*
15%
*it shall not be considered for any price variation.
46A.7. The Amount of variation in prices in several components (labour, material etc., ) shall be
worked out by the following formulae:
i) L= W x (LQ-LB) x LC
LB 100
ii) M = W x (MQ-MB) x MC MB 100
iii) F = W x (FQ-FB) x FC
FB 100
iv) E = W x (EQ-EB) x EC
EB 100
v) D = W x (DQ-DB) x DC
DB 100
vi) S = SW x (SQ-SB)
vii) C = CV x (CQ-CB)/CB
For Railway Electrification works:
viii) T = {(CS – CO) /CO X 0.4136} X Tc
ix) R = { (RT – RO) / RO + ( ZT - ZO ) / ZO x 0.06 } x Rc
x) N = { (PT – PO ) / PO } x Nc
xi) Z = { ( ZT – ZO ) / ZO } x Zc
xii) I = { ( IT – IO ) / IT } x 85
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 32 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
32
Where
L Amount of price variation in labour M Amount of price variation in Materials
F Amount of price variation in fuel
E Amount of price variation in Explosives
D Amount of price variation in Detonators
S Amount of price variation in Steel
C Amount of price variation in Cement
T Amount of price variation in Concreting
R Amount of price variation in Ferrous Items
N Amount of price variation in Non-Ferrous Items
Z Amount of price variation in Zinc
I Amount of price variation in Insulator
LC % of Labour component
MC % of Material component
FC % of Fuel component.
EC % of Explosive component
DC % of Detonators component
Tc % of Concreting Component
Rc % of Ferrous Component
Nc % of Non-Ferrous Component
Zc % of Zinc Component
W Gross value of work done by contractor as per on-account bill(s), excluding cost of materials
supplied by Railway at fixed price, minus the price values of cement and steel. This will also
exclude specific payment, if any, to be made to the consultants engaged by contractors (such payment shall be indicated in the contractor’s offer)
LB Consumer Price Index Number for Industrial Workers- All India- Published in RBI Bulletin for the
base period.
LQ Consumer Price Index Number for Industrial Workers- All India-Published in RBI Bulletin for the
average price index of the 3 months of the quarter under consideration.
MB Index Number of Wholesale Prices- By Groups and sub-Groups-All commodities- as published in
the RBI Bulletin for the base period.
MQ Index Number of Wholesale Prices- By Groups and Sub-groups-All commodities- as published in
the RBI Bulletin for the average Price index of the 3 months of the quarter under consideration.
FB Index Number of Wholesale Prices- By Groups and sub-Groups for Fuel and Power as published in
the RBI Bulletin for the base period. FQ Index Number of Wholesale Prices- By groups and sub-groups for Fuel and Power as published in
the RBI Bulletin for the average price index of the 3 months of the quarter under consideration.
EB Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom
purchases of explosives are made by the contractor for the base period.
EQ Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom
purchases of explosives are made by the contractor for the average price index of the 3 months of
the quarter under consideration.
DB Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom
purchases of detonators are made by the contractor for the base period.
DQ Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom
purchases of detonators are made by the contractor for the average price index of the 3 months of
the quarter under consideration.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 33 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
33
SW Weight of steel in tonne supplied by the contractor as per the ‘on-account’ bill for the
month under consideration
SQ SAILs (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (In
rupees per tone) for the relevant category of steel supplied by the contractor as
prevailing on the first day of the month in which the steel was purchased by the
contractor (or) as prevailing on the first day of the month in which steel was brought to
the site by the contractor whichever is lower.
SB SAILs ex-works price plus Excise Duty thereof ( in Rs. Per tonne) for the relevant
category of steel supplied by the contractor as prevailing on the first day of the month in
which the tender was opened.
CV Value of cement supplied by contractor as per ‘on account’ bill in the quarter under
consideration
CB Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the base period.
CQ Index no. of Wholesale Price of sub-group (of Cement & Lime) as published in RBI
Bulletin for the average price index of the 3 months of the quarter under consideration.
Cs RBI Wholesale Price index for cement and lime for the month which is six months prior
to date of casting of foundation.
Co RBI Wholesale Price index for cement and lime for the month which is one month prior
to date of opening of tender. RT IEEMA Price index for Iron & Steel for the month which is two months prior to date of
inspection of material.
Ro IEEMA Price index for Iron & Steel for the month which is one month prior to date of
opening of tender.
PT IEEMA Price for Copper wire bar for the month which is two months prior to date of
inspection of material.
Po IEEMA Price for Copper wire bar for the month which is one month prior to date of
opening of tender.
ZT IEEMA Price for Zinc for the month which is two months prior to date of inspection of
material.
Zo IEEMA Price for Zinc for the month which is one month prior to date of opening of
tender.
IT RBI Wholesale Price index for structural clay products for the month which is two
months prior to date of inspection of material. Io RBI Wholesale Price index for structural clay products for the month which is one month
prior to date of opening of tender.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 34 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
34
46A,8. The demands for escalation of cost shall be allowed on the basis of provisional indices
made available by Reserve Bank of India. Any adjustment needed to be done based on the
finally published indices shall be made as and when they became available.
46A.9. Relevant categories of steel for the purpose of operating Price Variation formula, as
mentioned in this caluse, based on Sails Ex-Works Price Plus Excise Duty thereof, shall be
as under:
Sl.
No.
Category of Steel supplied in Railway
work
Category of Steel produced by SAIL Whose
Ex-works Price Plus Excise Duty Would be
Adopted to Determine Price Variation.
1. Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500
2. All types and sizes of angles Angle 65x65x6mm IS 2062 E250A SK
3. All types and sizes of plates PM plates above 10-20mm IS 2062 E250A SK
4. All Types and sizes of channels and joists Channels 200x75mm IS 2062 E250A SK
5. Any other section of steel not covered in
the above categories and excluding HTS
Average of price for the 3 categories covered
under SL 1, 2, & 3 above.
46A.10. Price variation During Extended Period of contract.
The price adjustment as worked out above, ie., either increase or decrease shall be
applicable upto the stipulated date of completion of work including the extended period of
completion where such extension has been granted under Clause 17-! Of the General
Conditions of Contract. However, where extension of time has been granted due to
contractors failure under Clause-17B of the General conditions of Contract, price
adjustments shall be done as follows:
a) In case the indices increase above the indices applicable to the last month of original
completion period or the extended period under clause 17-A, the price adjustment for
the period of extension granted under Clause 17-B shall be limited to the amount
payable as per the Indices applicable to the last month of the original completion
period or the extended period under clause 17-A of the General conditions of contract;
as the case may be.
b) In case the indices fall below the indices applicable to the last month of
original/extended period of completion under caluse 17-A, as the case may be; then
the lower indices shall be adopted for the price adjustment for the period of extension
under caluse 17-B of the General Conditions of Contract.
12 DEDUCTION OF INCOME TAX AT SOURCE In terms of new Section 194-C inserted by the Finance Act 1972 , in the income tax Act
1961 the Railway shall at the time of arranging payments to the contractor and/or sub
contractor(in the case of sub contractor only when the Railway is responsible for payment
of consideration to him under the contract) for carrying out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct income tax at
source on Income comprised in the sum of such payments.
The deduction towards income tax to be made at source from the payments due to non-
residents shall continue to be governed by Section 195 of the Income Tax Act 1961.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 35 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
35
No Income Tax will be deducted by the Railway on payments made for supply of
materials where such value of supply portion is distinct and ascertainable such as supply
of Timber, tiles, bricks, ballast including track/ballast etc. The deductions towards Income
Tax to be made at source from the payment due to non/residents shall continue to be
governed by Section 195 of the Income Tax Act 1961.
13 LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYS
DURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT
OR NEGLIGENCE.
Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any
grade at site for Technical Supervision of the work. This Engineer-in-charge will be
responsible for safety of the traffic. The work shall be executed by the contractor in a
workman like manner to the satisfaction of the Engineer-in-charge. The Contractor and his
labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any
accident occurring at the work site and it is established during the departmental enquiry by
the Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due
to any act tantamounting to negligence on the part of the contractor or his labour in not
adhering to the instructions of the engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss of life is involved.
14 Implementation of – the Building and other construction Workers (RECS) Act,
1996 and the Building and other Construction Workers Welfare Cess Act,
1996 in Railway Contracts. “The Tenderer for carrying out any construction work in Andhra Pradesh (name of State) must
get themselves registered from the Registering Officer under Section-7 of the Building and
other Construction Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of
State)Government and submit certificate of registration issued from the Registering Officer of
the Andhra Pradesh(name of the State) Government (Labour Department). For enactment of
this act, the Tenderer shall be required to pay cess @ 1% of cost of construction work to be
deducted from each bill, Cost of material shall be outside the purview of cess, when supplied
under a separate schedule item.”
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 36 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
36
ANNEXURE- “III”
WORKS CONTRACT CLAUSE-13 1. In case cement, Steel, AC sheet with or without accessories, GI sheets with or without
accessories, glasses or any other materials/items are issued to the contractor(s)either free of cost
or on cost to be recovered for use on the work as stipulated in the agreement the supply thereof
shall be made in stages depending on the progress of the work, limited to the quantity /quantities
computed by the Railway, according to the prescribed specification and approved drawings as
per agreement.
The materials supplied should conform to Railway’s Specification in all respects should be in
accordance with approved sample.
All such materials supplied to the contractor(s) for the work either free of charge or on payment
as the case may be will be issued to contractor(s) at the Railway depot/godown/goods shed and
will have to be transported by the contractor to the site of work at his cost. All such materials
shall be used by the Contractor for the work in such quantities as are indicated in the schedule or
in the relevant specifications or drawings or as approved by the Engineer, whose decision
thereon shall be final. Wastage or damages of such materials in any manner shall be totally
avoided. The contractor(s) shall be liable to the accountal for all such materials issued by
Railway either free of cost or on payment excluding the permissible wastage which incase of
steel materials should not in any case exceed 1% of the total quantity required for the work as per the approved drawings. No wastage under other items is permissible. Short lengths of rods
should also be utilized to the extent possible by overlapping joints.
The Cement, Steel, A.C.Sheets with or without accessories, G.I sheets with or without
accessories glasses or any other materials issued in excess of the requirement(s) as above, shall
be returned in perfectly good condition by the contractor(s) to the Railway at the Railway
depot/Godown/Goods shed at________immediately after completion or termination of the
contract. If the contractor fails to return the said materials then the cost of such materials issued
in excess of the requirement as computed by Railway according to the specification and
approved drawings will be recovered from the contractor(s) at twice the prevailing procurement
cost at the time of last issue viz., 2 x (purchases price +5% freight only). This will be without
prejudice to the right of Railway to take action against the contractors under the condition of the
contract for not doing/completing the work according to the prescribed specification and approved drawings. If it is discovered that the quantity of cement, steel or any other material
used is less than the quantity computed by the Railway, according to specifications and
approved drawings the cost of materials not returned will be recovered at the same rates as
applicable to excess issue of materials, indicated in the preceding para.
2. It shall be the responsibility of the contractor to keep in safe custody any Railway material
plant or equipment issued for the work. The contractor shall at his own expense provide suitable
temporary shed/sheds for this purpose on the Railway land made available by the Railway free
of rent and shall remove the shed/sheds when no longer required in terms of clause 30 of
General conditions of contract.
3. If due to any reason the Railway is not in a position to make available the Railway land the
Railway Engineer-in-charge of the work may permit the contractor to erect at his own cost
shed/sheds or secure private accommodation outside the Railway premises. In such a case the
contractor may be permitted to take the Railway material required for the works outside the
railway premises and to store in the Shed so erected or private accommodation so secured. It
shall be the responsibility of the contractor to keep the railway material in safe custody and the
same should be kept entire separate from the contractors material and the Railway shall have
liberty to inspect the same from time to time.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 37 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
37
4. The code Nos. description and rates given in the schedule are based on the printed USSR - 2010, of S.C.Railway. Any discrepancy noticed during the execution of the work, in the working rates quantity
of cement etc. should be rectified by reference to the printed schedule, which shall be treated as
authoritative and binding on the contract. The relevant notes applicable to the respective sub chapters
will apply to the items of the Tender schedule and should be considered as having been incorporated in
the contract agreement and binding on the Contractor.
5. For any other items not specially shown in the schedule of rates appended to the tender document, the
Divisional/Executive Engineer will offer rates as shown for the_________ zone in the South central
railway printed USSR - 2010, of S.C.Railway subject to the same percentage adjustment accepted in
the contract being applicable to the additional items.
6. Railway shall not supply from its own quota to the contractors controlled or imported commodities.
Assistance will, however given by recommending to appropriate authorities. Contractor applications for
issue of import licenses and release of controlled commodities if the Engineer is satisfied that this
material is actually required by contractor for carrying out the work and is not available in the country.
7. VARIATION OF COSTS. Price variation clause is not applicable for contract Agreement value upto
Rs.50 lakhs. Time is the essence of contract. 8. (a)PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced contractor should
be able to complete the work in all respects within the period as specified in the Tender Notice and in
the Schedule where items of work are furnished from the date of letter of acceptance of the Tender.
(b) Extension of time of completion will be governed by clause 17 of General Conditions of Contract.
However, while granting the extension of time under clause 17(B) of GCC, a token penalty as
deemed fit based on the circumstances of the case can be imposed on the contractor without
prejudice to other rights of Railway Administration as provided under GCC.
9. MAINTENANCE PERIOD: The work shall be maintained after completion for a period as specified in the
Schedule where items of work are furnished by the contractor and he shall make good any defects,
imperfections, shrinkages or faults which may appear at his own cost.
10. It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to the date of the
execution of these presents and no objection shall be taken by the contractor on the ground that he was
not aware of such amendments and corrections of the said General Conditions of Contract or to any of
them.
11. VARIATION IN CONTRACT QUANTITIES:-
The procedure as detailed below shall be adopted for dealing with variations in
quantities during execution of works contracts: (a) The Railway reserves the right to alter the designs and drawings. If due to change of drawing or design
or any other reasons, there be variations, either increase or decrease in quantities, payment will be made
only for the actual quantities executed at the accepted rates. If there be sufficient cause the Railway may
grant extension of the date of completion suitably. Such circumstances shall in no way affect or vitiate
the contract or alter the character thereof, or entitle the contractor to damages or compensation thereof
except as provided for in this contract.
(b) The quantities of each item of work furnished in the Schedule are approximate and are intended for the
guidance of Tenderer/Contractor. In actual execution of work there may be some increase in the
quantities specified. Such variation upto 25% shall in no degree affect the validity of the contract and it
shall be performed by the contractor as provided therein and be subjected to the same conditions,
stipulations and obligations originally and expressly included and provided for in specifications and
drawings and the amount to be paid there for shall be calculated in accordance with accepted schedule rates.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 38 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
38
(1) Prior Finance concurrence is necessary for varying the individual quantities beyond 25% or where the
gross agreement value exceeds 25% of the agreement value.
(2) Individual NS items in contracts shall be operated with variations of plus or minus 25% and payment
would be made as per the agreement rate. For this, no Finance concurrence would be required.
(3) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is
considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh
tender for operating that item is considered not practicable, quantity of that item may be operated in
excess of 125% of the agreement quantity (100% i.e., the original quantity +25% ie., quantity over and
above the original quantity) subject to the following conditions.
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer
of the rank not less than S.A. Grade:
(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for that item in that particular
tender;
(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the
concerned item shall be paid at 96% of the rate awarded for that item in that particular
tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate
finance and shall be paid at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual items of the
contract and not on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreement value should not be permitted and,
if found necessary should be only through fresh tenders or by negotiating with existing contractor,
with prior personal concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager.
(4) The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other
items). A minor value item for this purpose is defined as an item whose original agreement value is less
than 1% of the total original agreement value.
(5) No such quantity variation limit shall apply for foundation items. (6) As far as SSR/SOR items are concerned, the limit of 25% would apply to the value of SSR/SOR schedule
as a whole and not on individual SSR/SOR items. However, in case of NS items, the limit of 25% would
apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or
individual item rate).
(7) For the tenders accepted at the Zonal Railways level, variations in the quantities will be approved by the
authority in whose powers revised value of the agreement lies.
(8) For tenders accepted by General Manager, variations upto 125% of the original agreement value may be
accepted by General Manager.
(9) For tenders accepted by Board Members and Railway Ministers variations upto 110% of the original
agreement value may be accepted by General Manager.
(10) The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In
case of vitiation of the tender (both for increase as well as decrease of value of contract agreement)
sanction of the competent authority as per single tender should be obtained.
(11) In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items upto 25% of individual item without finance
concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of
an officer not less than rank of S.A. Grade may be taken, after obtaining ‘No claim certificate’ from
the contractor and with finance concurrence giving detailed reasons for each such decrease in the
quantities.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 39 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
39
(c) It should be certified that the quantities proposed to be reduced will not be required in the same
work at a later stage.
(d) In the event of any reduction in the quantity to be executed for any reasons whatsoever, the contractor
shall not be entitled to any compensation but shall be paid only for the actual amount of work done.
(e) The contractor is bound to notify the Engineer at least seven days before the necessity arises for the
execution of any item in excess of 25% of the over all value of the agreement.
(12) In case the contractor fails to attend the meeting after being notified to do so or in the event of no
settlement being arrived at, the Railway shall be entitled to execute the extra works by other means
and the contractor shall have no claim for loss or damage that result from such procedure.
12)Employment of Civil Engineering Graduates/Diploma-holders:
The contractor shall employ the following technical staff during the execution of this work.
i) One graduate engineer when the cost of the work to be executed is Rs.2 Crores and above.
ii) One qualified diploma holder (over-seer) when the cost of the work to be executed is more than Rs.25 lakhs but less than Rs.2 Crores. Technical staff should be available at site whenever required
by the Engineer-in-charge to take instructions. In case the contractor fails to employ the technical
staff as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of Rs.40,000/-
(forty thousand only) for each month of default in case of graduate engineer and Rs.25,000/-
(twenty five thousand only) for each month of default in case of diploma holder (over-seer)
(Modification of Cl.26 and introduction of new Cl.26A to IR’s GCC Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20,
dt.10.05.2013.)
The decision of the Engineer-in-charge as to the period for which the required technical staff was not employed
by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and
binding on the contractor.
iii) Individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also be considered as qualified Diploma holder Engineers and contractors for track contract works can
employ such individuals at their worksite on Indian Railways.(Ref: Rly. Bd. Lr.No.2012/CE-I/CT/0/20, dt.12.07.2013.)
Note: The above clause is not applicable for contracts for Welding of Rail joints. 13) Railway Contractors / Extension of Provident Fund Act to the Employees working under Railway
Contractors:-
The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number from
the concerned authorities whenever workmen employed by him are 20 or more. He shall also
indemnify Railways from and against any claim, penalties, recoveries under the above Act and Rules.
Contractors to get the code number under the EPF so as to enable the PF Commissioners to extend the
social security benefits to the workmen engaged by the Railway contractors. The first month’s bill will be released only after code number is taken from the PF Office and a copy of coverage intimation
produced. Subsequently for each month, bills will be released only on submission of challans & 12 A
monthly return copy in proof of remittance of PF dues for previous month.”
14) Conservancy charges as applicable and as modified from time to time will be recovered from
Contractor’s running bills.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 40 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
40
SPECIAL CONDITIONS
MODIFICATION TO CLAUSE 63 & 64 OF
GENERAL CONDITIONS OF CONTRACT
1 The Provision of Clause 63 and 64 of the General Conditions of
Contract will be applicable only for settlement of claims /disputes,
for values less than or equal to 20% of the original value
(excluding the cost of materials supplied free by Railway) of the
contract or 20% of the actual value of the work done (excluding
the value of the work rejected) under the contract whichever is
less. When claims/disputes are of value more than 20% of the
value of the original contract or 20% of the value of the actual
work done under the contract, whichever is less, the contractor
will not be entitled to seek such disputes/claims for reference to
arbitration and the provisions of Clause No; 63 &64 of the
General Conditions of Contract will not be applicable for
referring the disputes to be settled through arbitration.
2 The Contractor shall furnish his monthly statement of claims as
per Clause 43(1) of General Conditions of Contract. But the
Contractor should seek reference to arbitration to settle the
disputes only once, subject to the conditions as per Para 1.
3 The Special conditions shall prevail over the existing Clause 63 &
64 of General Conditions of contract.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 41 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
41
PERFORMANCE GUARANTEE
In consideration of the President of India (hereinafter called “the Government”) having
agreed to exempt-------------------- ( hereinafter called “ the said Contractor(s)”) from the
demand, under the terms and conditions of an Agreement dated -------------- made between ---
----------- and ---------------------------- for ------------------------- (hereinafter called “the said
Agreement”), of Security deposit for the due fulfillment by the said contractor(s) of the terms
and conditions contained in the said Agreement, on production of a Bank Guarantee for `-------
----------------(Rupees-------------------------only). We ----------------------------------
---------------- (indicate the name of the Bank) (hereinafter referred to as the Bank) at the
request of --------------------------- (Contractor(s) do hereby undertake to pay to the Government
an amount not exceeding `--------------- against any loss / damage caused to or suffered or
would be caused to or suffered by the Government by reasons of any breach by the said
contractor(s) of any of the terms or conditions contained in the said Agreement.
2. We ---------------------------------(indicate the name of the Bank) do hereby undertake to
pay the amounts due and payable under this guarantee without any demur, merely on a
demand from the Government stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Government by reason of breach
by the said contractor(s) of any of the terms or conditions contained in the said Agreement or
by reason of the contactor(s) failure to perform the said Agreement. Any such demand made
on the bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding `------------------.
3. We undertake to pay to the Government any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s)/supplier(s) in any suite or proceeding
pending before any court or Tribunal relating thereto our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the contractor(s) / supplier(s) shall have no claim against us for
making such payment.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 42 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
42
4. We, -------------------------------(indicate the name of bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said Agreement and that it shall continue to be
enforceable till all the dues of the Government under or by virtue of the said Agreement have
been fully paid and its claims satisfied or discharged or till -------------------------
Office/Department) Ministry of ----------------------- certifies that the terms and conditions of
the said Agreement have been fully and properly carried out by the said Contractor(s) and
accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made
on us in writing on or before the --------------------------- we shall be discharged from all
liability under this guarantee thereafter.
5. We, ---------------------(indicate the name of the Bank) further agree with the Government
that the Government shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said contractor(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by the Government
against the said Contractor(s) and to forbear or enforce any of the terms and conditions
relating to the said agreement and we shall not be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor(s) or for any forbearance, act
or omission on the part of the Government or any indulgence by the Government to the said
Contractor(s) or any such matter or thing whatsoever which under the law relating to the
sureties would, but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the
bank or the Contractor(s) / Supplier(s).
7. We, ----------------------(indicate the name of the bank) lastly under take not to revoke this
guarantee during its currency except with the previous consent of the Government in writing.
Dated: the---------------- day of --------------- 200
For -----------------------------------
(indicate the name of the bank)
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 43 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
43
South Central Railway Vijayawada Division
Tender No.27/East/2015
Name
of
work :-
SW-I:Bhimavaram Junction-Proposed RCC GLR for the collection of Municipal supply
water from Bhimavaram Municipality to Railway quarters, station and other watering arrangements.
SW- II:Machilipatnam-Repairs to GLRs No.1&2 by desilting, deepening and pitching the
banks.
SW-III:Rayanapadu-Repairs to drainage system in Type-I, II, III &IV quarters in wagon
workshop colony RYP.
SW-IV:Gudivada-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.
Similar Nature
of work
Water supply installations or water pipe line work or sewerage work or drainage work or complete building works.
Approximate Cash Value : `1,35,56,353/- SWNo. Est.Sanc.No. Allocation Amount(`) SW-I B/W.550/II/424/Plg, dt.08-06-2015 04-510-32
11-561-32 24,59,421/-
SW-II B/W.550/II/422/Plg, dt.05-06-2015 11-561-32 54,49,815/- SW-III B/W.578/I/146/Plg dt 07-05-2015 11-561-32 23,04,706/- SW-IV B/W.550/II/426/Plg, dt.25-06-2015 04-510-32 `33,42,411/-
Period of Completion Six months
Period of Maintenance Six Months
Name of the
Tenderer/Contractor
SCHEDULE-A.1 List of items of works that are covered in South Central Railway Unified SSR 2010
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II Qty
SW-III
Qty
SW-IV
Qty
Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
(`̀̀̀.)
1 011011 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap: the lift to be measured from natural ground level and paid for in layers of 1.5m each, including incidental work, as per specifications-in All kinds of soils
353 12582 1875 0 14810 100.28 cum 1485147 2 014101 Extra rate for quantities of works executed. Note - The extra percentage rate is
applicable in respect of each item, but limited to quantities of work executed in these difficult conditions in or under water and/ or liquid mud, including pumping out water as required. Note - In or under water means locations/ levels where there is continuous ingress of water
233 12582 0 0 12815 20.056 cum 257018 3 011051 Extra for lead of earth work above initial lead of 50m, in all kind of soils and rocks :
for every 50 m or part thereof - lead over 50m and upto 150m
278 0 0 0 278 12.85 cum 3572 4 011052 Extra for lead of earth work above initial lead of 50m, in all kind of soils and rocks :
for every 50m or part thereof - lead over 150m and upto 500m
973 88074 0 0 89047 10.10 cum 899375
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 44 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
44
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III
Qty
SW-IV
Qty
Total Qty
Rate (`.`.`.`.P.)
Unit Amount
( `̀̀̀.)
5 012050 Supplying and filling sand in plinth and under floors including watering, ramming, consolidating and dressing complete
35 39 161 0 235 615.03 cum 144532
6 012040 Filling, watering and ramming earth in 15 cm layers in floors and foundations with surplus earth from foundations including 50m lead and 1.5m lift 187 0 0 0 187 22.3 cum 4170
7 221010 Providing and laying boulders apron on river bed for protection against scour with stone boulders weighing not less than 35 kg each with the voids filled with spalls complete as per drawing and Technical specification
35 0 0 0 35 942.36 cum 32983
8 091060 Dry stone ballast 50 mm nominal size, rammed in floors 75 mm thick layer 116 0 0 0 116 121.77 sqm 14125
9 031012 Providing & laying in position cement concrete of specified proportion excluding cost of cement, centering & shuttering - All works upto Plinth level 1:3:6 (1cement : 3sand : 6graded stone aggregate 40mm nominal size)
37 0 126 0 163 1865.68 cum 304106 10 041011 Providing and laying in position M 20 Grade concrete for reinforced concrete
structural elements but excluding cost of centering, shuttering, reinforcement and Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge All work upto plinth level, including raft foundation of washable aprons, HS tank, pile cap, footings of FOB, & Platform shelter etc.
92 0 0 0 92 2326.70 cum 214056
11 041012 Providing and laying in position M20 Grade concrete for reinforced concrete structural elements but excluding cost of centering, shuttering, reinforcement & admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer in charge All work in buildings above plinth level upto floor two level.
14 0 0 0 14 2530.27 cum 35424
12 032051 Providing & laying cement concrete 1:2:4 in damp-proof course (1cement : 2sand : 4graded stone aggregate 12.5mm nominal size - excluding cost of cement & including providing, fixing and removal of forms 25mm thick
90 0 0 0 90 111.33 sqm 10020 13 032052 Providing & laying cement concrete 1:2:4 in damp-proof course (1cement : 2sand :
4graded stone aggregate 12.5mm nominal size - excluding cost of cement & including providing, fixing and removal of forms 40mm thick
75 0 0 0 75 150.74 sqm 11306 14 032060 Extra for providing & mixing water proofing material of brand approved by railway, if
not included in relevant item.
14 0 0 0 14 104.54 per 50 kg of
cement
1484
15 042014 Centering and shuttering including strutting, propping etc. and removal of form for : Lintels, beams, plinth beams, bed blocks, girders, bressumers and cantilevers
21 0 0 0 21 199.23 sqm 4184
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 45 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
45
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II Qty
SW-III Qty
SW-IV Qty
Total Qty
Rate (`̀̀̀.P.)
Unit Amount
(`̀̀̀.)
16 042012 Centering and shuttering including strutting, propping etc. and removal of form for : Walls (any thickness) including attached plasters, buttresses, plinth and string courses etc.
310 0 0 0 310 227.7 sqm 70587
17 042013 Centering and shuttering including strutting, propping etc. and removal of form for : Suspended floors, roofs, landings, balconies, FOB slabs, walkway slabs and access platform
75 0 0 0 75 230.7 sqm 17303
18 042027 Centering& shuttering including strutting, propping etc.& removal of form for special shapes cornices& mouldings
9 0 0 0 9 443.12 sqm 3988
19 111090 12 mm cement plaster 1:3 (1cement: 3coarse sand) finished with a floating coat of neat cement
140 0 0 0 140 82.69 sqm 11577 20 131122 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) Large diameter pipes, having
thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work (higher dia) 100mm nominal outer dia. Pipes
110 0 0 0 110 746.34 metre 82097
21 131121 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) Large diameter pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work (higher dia) 75mm nominal outer dia. Pipes
210 0 0 0 210 501.97 metre 105414
22 131102 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work 20mm nominal outer dia. Pipes
110 0 0 0 110 126.77 metre 13945
23 131103 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work 25mm nominal outer dia. Pipes
90 0 0 0 90 163.11 metre 14680 24 131105 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for
hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work 40mm nominal outer dia. Pipes
110 0 0 0 110 298.13 metre 32794 25 131106 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for
hot & cold water supply including all CPVC plain & brass threaded fittings. This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling and testing of joints complete as per direction of Engineer-in-Charge. External work 50mm nominal outer dia. Pipes
190 0 0 0 190 386.46 metre 73427
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 46 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
46
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III
Qty
SW-IV
Qty
Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
( `̀̀̀.)
26 131091 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing in This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer-in-Charge. Concealed work including cutting chases and making good the walls etc. 15mm nominal outer dia. Pipes
90 0 0 0 90 162.26 metre 14603
27 131092 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing in This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer-in-Charge. Concealed work including cutting chases and making good the walls etc. 20mm nominal outer dia. Pipes
70 0 0 0 70 177.36 metre 12415
28 131093 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing in This includes jointing of pipes & fittings with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer-in-Charge. Concealed work including cutting chases and making good the walls etc. 25mm nominal outer dia. Pipes
70 0 0 0 70 210.57 metre 14740 29 131082 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in-Charge. Internal work - exposed on wall 20mm nominal outer dia. Pipes
70 0 0 0 70 141 metre 9870
30 131083 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in-Charge. Internal work - exposed on wall 25mm nominal outer dia. Pipes
100 0 0 0 100 174.22 metre 17422 31 131085 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in-Charge. Internal work - exposed on wall 40mm nominal outer dia. Pipes
70 0 0 0 70 329.15 metre 23041
32 131086 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings including fixing the pipe with clamps at 1.00m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in-Charge. Internal work - exposed on wall 50mm nominal outer dia. Pipes
90 0 0 0 90 417.48 metre 37573
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 47 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
47
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV
Qty
Total Qty
Rate (`̀̀̀.P.)
Unit Amount
(`̀̀̀.)
33 131184 Providing and fixing PP-R gate valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge 50 mm gate valve
6 0 0 0 6 1104.98 Each 6630
34 131194 Providing and fixing PP-R brass ball valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge 40mm ball valve
4 0 0 0 4 1440.46 Each 5762
35 133271 Providing & fixing enclosed type water meter (bulk type) conforming to IS2373 & tested by Municipal Board complete with bolts, nuts, rubber insertions etc. (The tail pieces if required will be paid separately) 80mm dia nominal bore
2 0 0 0 2 3326.08 Each 6652 36 133272 Providing and fixing enclosed type water meter (bulk type) conforming to IS : 2373
and tested by Municipal Board complete with bolts, nuts, rubber insertions etc. (The tail pieces if required will be paid separately) 100 mm dia nominal bore
4 0 0 0 4 4306.84 Each 17227
37 136150 Providing and placing on terrace/staging (at all heights) polyethylene water storage tank ISI : 12701 marked with cover and suitable locking arrangement and making necessary holes for inlet, outlet and overflow pipes but without fittings and the base support for tank
18000 0 0 0 18000 6.43 litre 115740 38 137062 Supplying and fixing on water tanks etc. slotted WATER indicator board with M.S.
Pulley ball bearing type phosphorus bronze twisted wire, wood float etc. complete in all respect and in metric units. The rate includes fixing at all heights More than 1.25 m long
4 0 0 0 4 1396.12 Each 5584
39 138044 Hoisting, fitting and fixing in position plastic moulded water storage tank including making connection of intake, delivery, outlet and overflow pipes etc. with all lead and lift upto all stories. Cost of tanks/ fittings to be paid separately 2000 ltr capacity tank
6 0 0 0 6 1479.77 Each 8879
40 138043 Hoisting, fitting and fixing in position plastic moulded water storage tank including making connection of intake, delivery, outlet and overflow.pipes etc. with all lead and lift upto all stories. Cost of tanks/ fittings to be paid separately 1000 ltr capacity tank
6 0 0 0 6 1192.4 Each 7154 41 132011 Providing and fixing brass bib cock of approved quality 15 mm nominal bore
75 0 0 0 75 119.7 Each 8978 42 011070 Extra for every additional lift of 1.5m or part thereof, after the initial 1.5m, for earth
work in all soils
0 17478 41 0 17519 9.70 cum 169934 43 031022 Providing and laying cement concrete, up to plinth in retaining walls, walls (any
thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering 1:3:6 (1cement : 3 sand : 6 graded stone aggregate 40mm nominal size)
0 58 0 0 58 2201.96 cum 127714
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 48 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
48
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV
Qty
Total Qty
Rate (`̀̀̀.P.)
Unit Amount
( `̀̀̀.)
44 031023 Providing and laying cement concrete, up to plinth in retaining walls, walls (any thickness) including attached plasters, columns, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets etc, excluding the cost of cement and of shuttering, centering 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm nominal size)
0 270 0 18 288 2309.45 cum 665122
45 182033 Demolishing stone rubble masonry including stacking of serviceable material and disposal of unserviceable material within 50m lead In cement mortar
0 193 0 0 193 514.68 cum 99333
46 221060 Providing & laying pitching with stone boulders weighing not less than 35kg each with voids filled with cement sand mortar 1:4 on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing & Technical specifications (Filter media to be paid separately under relevant item)
0 578 0 0 578 1617.53 cum 934932
47 031062 Centering & shuttering including strutting, propping etc. & removal of form work for retaining walls, return walls, walls (any thickness) including attached plasters, buttresses, plinth and string courses fillets etc.
0 1027 0 0 1027 227.72 sqm 233868
48 161520 Uprooting weeds on/from station platforms, surroundings as well as slopes after loosening surface by raking 0 12000 0 0 12000 373.27 100
sqm 44792
49 181022 Demolishing plain cement concrete including disposal of material within 50m lead Mix leaner than 1:2:4 with coarse aggregate larger than 20mm 0 0 94 0 94 314.85 cum 29596
50 182013 Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead In cement mortar
0 0 22 3 25 431.31 cum 10783 51 189081 Dismantling of old S.W. pipes including breaking of joints and partial bed concrete
(Brick or stone) as required, stacking of useful material near the site within 50m lead and disposal of unserviceable material into municipal / Railway dumps 100mm diameter
0 0 96 0 96 35.46 metre 3404
52 189082 Dismantling of old S.W. pipes including breaking of joints and partial bed concrete (Brick or stone) as required, stacking of useful material near the site within 50m lead and disposal of unserviceable material into municipal / Railway dumps 150mm diameter
0 0 160 0 160 39.93 metre 6389 53 189083 Dismantling of old S.W. pipes including breaking of joints and partial bed concrete
(Brick or stone) as required, stacking of useful material near the site within 50m lead and disposal of unserviceable material into municipal / Railway dumps 200mm diameter
0 0 250 0 250 42.75 metre 10688 54 051018 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and
plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand)
0 0 180 0 180 2277.09 cum 409876 55 057104 Add or deduct from rates of brickwork when the bricks specified or permitted to be
used by Engineer are of Class designation other than 7.5 Deduct for Class designation 3.5
0 0 180 0 180 655.33 cum -117959
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 49 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
49
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV
Qty
Total Qty
Rate (`̀̀̀.P.)
Unit Amount
( `̀̀̀.)
56 111021 15 mm cement plaster on the rough side of single or half brick wall of mix - 1:4 (1cement: 4 fine sand)
0 0 1570 0 1570 77.02 sqm 120921
57 141014 Providing, laying and jointing glazed stoneware pipes grade ‘A’ as per IS:651 including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete 230mm diameter
0 0 1050 0 1050 348.56 metre 365988 58 043015 Providing, hoisting and fixing in position upto floor two level M20 Grade precast RCC
work including setting in cement mortar 1:3 (1 cement : 3 coarse sand) and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete including cost of centering, shuttering, finishing, Admixtures in recommended proportion (as per IS:9103) to accelerate, retard setting of concrete, improve workability without impairing strength and durability, excluding cost of cement and steel reinforcement, as per approved plan & direction of Engineer incharge In slabs for drain covers, manhole covers, flue tops etc.
0 0 32 0 32 2982.2 cum 95430
59 141012 Providing, laying and jointing glazed stoneware pipes grade ‘A’ as per IS:651 including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete 150mm diameter
0 0 810 0 810 205.15 metre 166172 60 141011 Providing, laying and jointing glazed stoneware pipes grade ‘A’ as per IS:651
including bends etc. with stiff mixture of cement mortar in the proportion of 1:1 (1cement : 1fine sand) including testing of joints etc. complete 100mm diameter
0 0 864 0 864 139.31 metre 120364 61 142014 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes including
bends etc with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1cement: 2fine sand) including testing of joints etc. complete upto 800mm dia. 300mm dia. R.C.C. pipe
0 0 69 0 69 458.99 metre 31670 62 142013 Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes including
bends etc with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1cement: 2fine sand) including testing of joints etc. complete upto 800mm dia. 250mm dia. R.C.C. pipe
0 0 16 0 16 400.44 metre 6407
63 143171 Making connection of drain or sewer line with existing manhole including breaking into & making good the walls, floors with cement concrete 1:2:4 mix (1cement: 2coarse sand: 4graded stone aggregate 20mm nominal size) cement plastered on both sides with cement mortar 1:3 (1cement: 3coarse sand) finished with a floating coat of neat cement & making necessary channels for the drain etc. complete for pipes 100 to 230mm diameter
0 0 40 0 40 186.61 Each 7464
64 021070 Loading/Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones , rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth, manure or sludge, ashes, lime etc. including lead up to 50m and stacking into/from trucks, trailors or wagons
0 0 267 0 267 46.62 cum 12448 65 021090 Leading ballast, kankar, brickbats, stone-chips, shingle, stone boulders, block
kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth, manure or sludge, ashes, lime, debris, muck, malba, etc. for lead upto 25 km. Note : Lead under this item is payable when the same exceeds 500m.
0 0 267 0 267 59.54 cum 15897
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 50 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
50
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV Qty
Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
( `̀̀̀.)
66 188022 Dismantling G.I./PVC pipes (external work) including excavation and refilling trenches after taking out the pipes, including stacking of pipes within 50m lead Above 40mm dia
0 0 0 1200 1200 37.18 metre 44616
67 181021 Demolishing plain cement concrete including disposal of material within 50m lead 1:2:4 or richer mix with max. 20 mm coarse aggregate
0 0 0 18 18 510.54 cum 9190 68 183020 Dismantling tile work in floors/dado/skirting laid in cement mortar/ chemical
mortar/synthetic adhesive including stacking material within 50m lead 0 0 0 480 480 24.32 sqm 11674
69 131071 Providing&fixing 3 layer PP-R (Poly Propylene Random copolymer) designated as PN-10 pipes, approved by CBRI &conforming to IS:15801; U V stabilized&anti-microbial fusion welded, having thermal stability for hot&cold water supply including all PP-R plain&brass threaded polypropylene random fittings including trenching,refilling&testing of joints complete asper direction of Engineer-in-Charge.External work(higher dia)PN-10 Pipe,110mm OD(SDR11)
0 0 0 1480 1480 1519.43 metre 2248756 70 131067 Providing & fixing 3 layer PP-R (Poly Propylene Random copolymer) pipes, approved by
CBRI & conforming to IS:15801; U V stabilized & anti- microbial fusion welded, having thermal stability for hot & cold water supply including all PP-R plain & brass threaded polypropylene random fittings including trenching, refilling & testing of joints complete as per direction of Engineer-in-Charge. External work PN-16 Pipe, 63mm OD (SDR-7.4)
0 0 0 240 240 654.48 metre 157075 71 131064 Providing & fixing 3 layer PP-R (Poly Propylene Random copolymer) pipes, approved by
CBRI & conforming to IS:15801; U V stabilized & anti- microbial fusion welded, having thermal stability for hot & cold water supply including all PP-R plain & brass threaded polypropylene random fittings including trenching, refilling & testing of joints complete as per direction of Engineer-in-Charge. External work PN-16 Pipe, 32mm OD (SDR-7.4)
0 0 0 240 240 205.39 metre 49294 72 131063 Providing & fixing 3 layer PP-R (Poly Propylene Random copolymer) pipes, approved by
CBRI & conforming to IS:15801; U V stabilized & anti- microbial fusion welded, having thermal stability for hot & cold water supply including all PP-R plain & brass threaded polypropylene random fittings including trenching, refilling & testing of joints complete as per direction of Engineer-in-Charge. External work PN-16 Pipe, 25mm OD (SDR-7.4)
0 0 0 120 120 140.46 metre 16855 73 132046 Providing & fixing ball valve (brass) of approved quality complete high/low pressure with
plastic floats complete : 50mm nominal bore
0 0 0 20 20 733.02 Each 14660
74 132043 Providing and fixing ball valve (brass) of approved quality complete high or low pressure with plastic floats complete : 25 mm nominal bore
0 0 0 20 20 513.48 Each 10270 75 131206 Providing and fixing PP-R Male adopter conforming to PN-25 rating with marking on
each fitting, fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge 63mm adopter for PPR-GI connection
0 0 0 50 50 1067.81 Each 53391 76 131201 Providing and fixing PP-R Male adopter conforming to PN-25 rating with marking on
each fitting, fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge 20mm adopter for PPR-GI connection
0 0 0 30 30 199.39 Each 5982
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 51 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
51
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV Qty
Total Qty
Rate (`̀̀̀.P.)
Unit Amount
(`̀̀̀.)
77 051017 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in : Cement mortar 1:4 (1 cement : 4 coarse sand)
0 0 0 17.1 17.1 2277.09 cum 38938
78 057103 Add or deduct from rates of brickwork when the bricks specified or permitted to be used by Engineer are of Class designation other than 7.5 Deduct for Class designation 5
0 0 0 17.1 17.1 538.85 cum -9214 79 111051 15 mm cement plaster on the rough side of single or half brick wall of mix - 1:4
(1cement: 4coarse sand) 0 0 0 320 320 79.48 sqm 25434
80 094063 Providing & fixing precast chequered tiles conforming to IS:13801:1993, manufactured under mechanical vibration &hydraulic pressing machine in double layer; top layer of 10 to 12mm thickness of Dolomite Powder, graded chips, fibre & UV stabilised iron oxide Lanexess colour and bottom layer of 1:3 CC mixed with galvanised steel fibre of approved quality, jointed with neat cement slurry mixed with pigment to match shade of tiles including rubbing and cleaning etc. complete on 20mm thick bed of cement mortar 1:4 of sizes: 400mmx400mmx35mm thick
0 0 0 160 160 670.58 sqm 107293 81 095012 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic wall
tiles) of IS:15622 of manufacturers approved by railway in all colours, shades and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1cement: 3coarse sand) including pointing in white cement mixed with pigment of matching shade complete 200x300 mm
0 0 0 320 320 528.39 sqm 169085 82 134042 Providing & fixing PTMT push cock of approved quality & colour15mm nominal size,
80mm long weighing not less than 46gms
0 0 0 80 80 113.90 Each 9112 83 132180 Providing and fixing C.P. brass bib cock, 15mm nominal bore, of approved quality
conforming to IS:8931
0 0 0 40 40 307.27 Each 12291 84 138122 Cleaning of overhead and underground water tanks including scrubbing, disinfection
with bleaching powder for tanks capacity over 5000 litres
0 0 0 540000 540000 0.32 litre 172800
(Items Eighty four only) TOTAL OF SCHEDULE –A1 10878319 Percentage rate to be quoted in
"FIGURES"
Percentage rate to be quoted in "WORDS"
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 52 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
52
SCHEDULE-A-2 List of items of works that are covered in South Central Railway Unified SSR 2010
Sl. No
SSR - No
Description of Work SW-I Qty
SW-II
Qty
SW-III Qty
SW-IV Qty
Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
( `̀̀̀.)
1 131159 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. external Work 100 mm dia. nominal bore
120 0 0 0 120 758.26 metre 90991
2 131158 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. external Work 80 mm dia. nominal bore
70 0 0 0 70 550.29 metre 38520 3 131156 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including
trenching and refilling etc. external work 50 mm dia. nominal bore 160 0 0 0 160 335.65 metre 53704
4 131155 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. External work 40 mm dia. nominal bore 110 0 0 0 110 268.86 metre 29575
5 131153 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. external work 25 mm dia. nominal bore 100 0 0 180 280 196.18 metre 54930
6 131152 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. external work 20 mm dia. nominal bore
70 0 0 0 70 142.14 metre 9950
7 131151 Providing and fixing medium grade G.I. pipes complete with G.I. fittings including trenching and refilling etc. external work 15 mm dia. nominal bore
60 0 0 0 60 118.10 metre 7086
8 131136 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 50 mm dia. nominal bore
200 0 0 0 200 382.63 metre 76526 9 131135 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting
and making good the walls etc. Internal work – Exposed on wall 40 mm dia. nominal bore
110 0 0 0 110 300.34 metre 33037 10 131133 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting
and making good the walls etc. Internal work – Exposed on wall 25 mm dia. nominal bore
60 0 0 0 60 207.78 metre 12467
11 131132 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 20 mm dia. nominal bore
60 0 0 120 180 152.67 metre 27481 12 132033 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) 40 mm nominal bore
4 0 0 0 4 527.98 Each 2112 13 132034 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) 50 mm nominal bore
4 0 0 0 4 819.15 Each 3277 14 132036 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) 80 mm nominal bore
8 0 0 0 8 1819.49 Each 14556 15 132037 Providing and fixing gun metal gate valve with C.I. wheel of approved quality (screwed
end) 100 mm nominal bore
8 0 0 0 8 1993.42 Each 15947
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 53 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
53
SCHEDULE-A-2 List of items of works that are covered in South Central Railway Unified SSR 2010
Sl. No
SSR - No
Description of Work
SW-I Qty
SW-II Qty
SW-III
Qty
SW- IV
Qty Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
( `̀̀̀.)
16 132082 Providing and fixing gun metal non- return valve of 50 mm nominal bore approved quality (screwed end) Vertical
6 0 0 0 6 841.45 Each 5049 17 132101 Providing and fixing gun metal non- return valve of 80mm nominal bore approved
quality (screwed end) Horizontal
4 0 0 0 4 1809.73 Each 7239
18 132111 Providing & fixing gun metal non-return valve of 100mm nominal bore approved quality (screwed end) Horizontal
4 0 0 0 4 2576.21 Each 10305 19 133192 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber
insertions etc. 80 mm dia. (the tail pieces if required will be paid separately) Class II
6 0 0 0 6 3509.54 Each 21057
20 133202 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber insertions etc. 100 mm dia (the tail pieces if required will be paid separately) Class II
6 0 0 0 6 4562.96 Each 27378 21 133222 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber
insertions etc. 150 mm dia (the tail pieces if required will be paid separately) Class II
6 0 0 0 6 7007.32 Each 42044
22 136132 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc. complete (new work) 20mm nominal bore
15 0 0 0 15 128.88 Each 1933 23 136136 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and
making long screws etc. complete (new work) 50mm nominal bore
12 0 0 0 12 350.11 Each 4201 24 136138 Providing and fixing G.I. Union in G.I. pipe including cutting and threading the pipe and
making long screws etc. complete (new work) 80mm nominal bore
12 0 0 0 12 567.77 Each 6813 25 133191 Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts, rubber
insertions etc. 80 mm dia. (the tail pieces if required will be paid separately) Class I
0 0 0 8 8 2561.10 Each 20489 26 256070 Miscellaneous G I pipe fittings as nipples/ elbows/ sockets/ bends for GI pipe work.
0 0 0 100 100 92.00 kg 9200
(Items Twenty six only) TOTAL OF SCHEDULE –A-2 625867 Percentage rate to be quoted in
"FIGURES"
Percentage rate to be quoted in "WORDS"
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 54 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
54
Schedule A-3 List of items of works that are covered in South Central Railway Unified SSR 2010
Sl. No
SSR - No Description
of Work SW-I Qty
SW-II Qty
SW-III Qty
SW- IV
Qty
Total Qty
Rate ( `̀̀̀.P.)
Unit Amount
( `̀̀̀.)
1 033062 Supply and using cement at work site – OPC 53 Grade
47.86 171.41 72.06 14.94 306 4600 Tonne 1408842
(Item ONE only) TOTAL OF SCHEDULE –A-3 1408842
Percentage rate to be
quoted in "FIGURES"
Percentage rate to be
quoted in "WORDS"
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 55 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
55
SCHEDULE-A-4 List of items of works that are covered in South Central Railway Unified SSR 2010
Sl. No
SSR - No
Description of Work
SW-I Qty
SW-II Qty
SW-III
Qty
SW- IV
Qty Total Qty
Rate (`̀̀̀.P.)
Unit Amount
(`̀̀̀.)
1 045011 Supplying reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete - Mild steel and medium tensile steel bars
10600 0 0 0 10600 45.93 Kg 486858
2 081012 Structural steel work in single section including cutting, bending, straightening, drilling, rivetting, bolting, hoisting, fixing in position, including applying a priming coat of approved steel primer, complete - upto 6m height above GL In flats, plates, round or square bars
0 0 2560 0 2560 61.12 kg 156467
(Items Two only) TOTAL OF SCHEDULE –A-4 643325 Percentage rate to be quoted in
"FIGURES"
Percentage rate to be quoted in "WORDS"
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 56 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
56
CONDITIONS
1. The tenderers are required to quote a uniform percentage rate above or below or at
par of USSR-2010 for all the items included in the Sch-A-1, A-2,A-3 & A-4
separately both in figures and in words. If there is variation between the rates quoted
in figures and words, the rate quoted in words will be taken as correct. Tenderer should not quote different rates for different items of the schedule. Offers with
different rates are liable for rejection. 2. The quantities furnished in the schedule are approximate and the work will be carried
out as directed by the Engineer-in-charge. Payment will be made for the quantities actually executed.
3. The rates quoted by the contractor will be inclusive of the cost of all the materials, labour, tools & Plants etc., complete including transportation of the same at his own
cost including loading and unloading. 4. The Railway reserves the right to reject or alter any part of the work executed by the
contractor, which in the judgment of Railway does not comply with the requirements of the specifications. The decision of the Railway shall be final and conclusive for all
purposes.
5. All the works executed by the tenderer/contractor covered in USSR-2010 should
comply with Indian Railways Unified Specifications for Works & Materials-2010
(Vol-I & II). 6. All the works executed by the tenderer/contractor shall in accordance with Indian
Railways Works Manual-2000 and Code for the Engineering department-2012. 7. All the works executed by the tenderer/contractor shall be followed/complied in
accordance with Railway Board/RDSO/HQ guidelines/circulars/correction slips for
works & materials and Engineering standing orders issued by Principal Chief
Engineer, S.C.Railway from time to time.
8. Vehicles and equipment of contractors can be drafted by Railway Administration in
case of accidents/natural calamities involving human lives.
9. Conservancy charges as applicable and as modified from time to time will be
recovered from Contractor’s running bills.
10. The Railway administration will not be responsible for the safety of contractor’s labour for this work.
11. The work shall be completed with in Six months from the date of issue of acceptance
letter.
Place: Vijayawada
Date: -2015
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 57 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
57
SPECIAL CONDITIONS FOR BUILDING WORKS.
1. For any other items not specially shown in the schedule of rates appended to the tender
document, the Divisional Engineer, will offer rates as shown for the relevant zone in the USSR
2010 subject to the same percentage adjustment accepted in the contract being applicable to the
additional items.
2. The quantities shown in the tender schedule are approximate and will be operated in full or part
at the discretion of the Engineer in charge. Payment will be made based on the actual items
operated.
3. All items included in the tender schedule should be carried out in accordance with the Standard
Specifications.
i) For materials and works up to date corrections there to of S C Railway
ii) All materials to be supplied and used by the contractor in connection with this for
should have prior specific approval of the Engineer in charge and should be in
accordance with the specifications for materials and works of SC Railway
iii) Details of fittings and fastenings required for wooden doors, cup-boards and
ventilators, etc., should be of approved quantity and should have prior approval of
the Engineer in charge and should be in accordance with the Standard
Specifications for Materials and works of SC Railway.
4. The tenderers are required to study all the drawings.
i) Referred to in the tender thoroughly before quoting the rates.
ii) The Railway reserves the right to change their drawings during the execution of works
and the contractor should execute the work as per the revised drawings. No extra
payment nor claim will entertained on that account. Payment will be made to the
contractor for the work actually done at the accepted rates of agreement.
5. Details of ducts, chassis, etc., that may be required to be provided for wiring, etc., will be
indicated during progress of the work.
6. Tenderers/Contractors will arrange to provide them in walls, floors, RCC slabs, etc., wherever
necessary as directed by the engineer in charge without any extra claim any pipes, conducts or
hooks, required for electrical shall be placed by the tenderer/contractor at any position indicated
without any extra claim. The pipe conducts hooks, etc., bends to the required slopes will be
supplied by the Railway at the site of work.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 58 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
58
7. The contractor is required to safe guard the steel issued to him and to use the same on the work in
accordance with actual requirement as approved by the Engineer as may be indicated in the
relevant drawings or specification. Short lengths of rods should also be utilized to the extent
possible by over lapping the joints.
i) Materials supplied by the Railway on its own cost, left over on completion of the work will
be the property of the Railway and should be returned to the depot/godown as directed by
the Engineer in charge. In case, it is noticed that on completion or termination of work, the
consumption of the materials had been found to be in excess of the quantities laid down
and the contractor is unable to account fully, the materials issued either due to neglect in
safe custody or to any other reasons, covered at twice the issue rates. The issue rate should
be the rate of prevailing at the time of last issue of the materials concerned. While
computing the quantities, the wastage will be allowed in accordance with the previsions
stipulated there for in the conditions of the contract.
8. All works should be maintained after completion for a period of six months for Engineering
works and the contractor should make good any defects, imperfection of faults, poor wood work
etc., at his own cost, during the maintenance period and defects like cracks, wards should be made
good by the contractor at his own cost inclusive of effected masonry work etc., while rectifying
wood work.
9. Electrical energy that may be required for operating the plant, will be supplied by the Railway
wherever feasible at the discretion of the Railway on payment of the charges as required by the
Electrical department. The contractor will have to make his own arrangements for taking the
connection from the nearest Railway electrical source of supply.
10. The cement supplied should conform to I.S. specification 8112 for 43 Grade or I.S. Specification
12269 for 53 Grade before executing the work, the agency should submit a test certificate for
Standard Properties as well as indicating the source of supply and brand of the cement.
Place: Vijayawada
Date: / / 2015.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 59 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
59
ANNEXURE-‘A’
SPECIFICATIONS OF CONTROLLED CONCRETE:
1. The agency shall indicate the source of supply of materials viz., course aggregate, fine aggregate, steel,
ordinary Portland cement and cement conforming to IS applicable at the time of submitting the tender
document to the Railways. All the materials shall conform to relevant standard specifications.
2. The TOR steel is purchased from TISCO, IISCO, SAIL, Vizag steel plant or any other source approved
by the Engineer-in-charge. The steel shall not be re-rolled variety. The agency shall produce necessary
vouchers in original in support of the purchase of steel and cement from the suppliers along with
certificates to relevant standards from the manufacturers before the commencement of work.
3.The agency shall submit samples of course/fine aggregate along with necessary cement, required for mix
design. The Engineer-in-charge at site shall forward the samples to a reputed concrete laboratory for
carrying out mix design duly specifying the various parameters as per IRS bridge code, provision and
correction slips and Engg. Standard order No: 11/2000 and RDSO’s A&C slip no. 8, dt. 15/22-02-2006
The following parameters shall be specified for the mix design by the Engineer-in-charge.
a) Grade of concrete required as per IRS bridge code.
b) Type of cement sent for mix design.
c) Minimum and maximum cement content prescribed as per the environment condition prescribed in the
IRS concrete bridge code 1997. Corrections slip No: 8 dt. 15/22-02-2006. The environment condition to be decided as per Engg. Standing order No: 11 dt: 23-10-2000/7-11-2000.
d) Maximum water cement ratio to be adopted as per environmental condition. The agency shall arrange
for mix design at their own cost including movement of materials to laboratory. During the execution of
work if there is any change in the materials forming concrete, mix design shall be carried out again and
work to be carried out accordingly.
The following are extracts of IRS concrete bridge code 1997, Correction slip No: 8 dt. 15/22-02-2006
Amend the following clauses as follows.
i) Clause 5.1.1: Table 2 is revised as under.
Table 2: Grades of Concrete (Clause 5.1)
Grade
designation
Specified characteristic
compressive strength at
28 days (N/mm2)
M10 10
M15 15
M20 20
M25 25
M30 30
M35 35
M40 40
M45 45
M50 50
M55 55
M60 60
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 60 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
60
ii) Clause No.5.2.2.1: Table is revised as under.
Grade of
concrete
(N/mm2)
Modulus of Elasticity
(KN/mm2)
M10 18
M15 22
M20 25
M25 26
M30 28
M40 31
M50 34
M60 36
iii) Clause No. 5.3.1:
Following note to be added below table given for workability of concrete.
Suitable plasticizers/admixtures may be used to achieve workability of the order of 150-200mm.Plasticizers/admixtures should confirm to clause 4.4.
iv) Clause No.5.4.1:
The word “low water cement ratio” appearing in fourth sentence should be replaced by “adequate water
cement ratio.”
v) Clause No.5.4.3:
The Table 4(a) is revised as under:
TABLE 4(a) : Maximum water cement ratio: (Clause No.5.4.3:)
Environment
Maximum water cement ratio.
Plain
cement(PCC) Reinforced concrete (RCC)
Prestressed concrete
(PSC)
Mild 0. 55 0. 50 0.45
0. 50 0. 50 0. 40
Severe 0. 50 0. 45 0. 40
0. 50 0. 45 0. 35
Extreme 0. 45 0. 40 0.35
vi) Clause 5.4.4 The Table 4(b) is revised as under: TABLE 4(b): Minimum grade of concrete: (Clause 5.4.4)
Environment Plain concrete
(PCC)
Reinforced concrete
(RCC)
Prestressed
concrete (PSC)
Mild M- 10 M- 15 M- 35
Moderate M- 10 M- 20 M- 35
Severe M- 15 M- 20 M- 45
Very severe M- 15 M- 25 M- 50
Extreme M- 20 M- 30 M- 50
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 61 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
61
The concrete of grades M-10, M-15 & M-20 are normally used in mass concrete work and usually mixed by volumetric batching also. The mix for this work would be M-10 - 1:3:6 M-15 - 1:2:4 M-20 - 1:1.5:3 vii) Clause 5.4.5 Table 4 (c) is revised as under
TABLE : 4 ( c ) :Minimum cementitious material content: (Clause 5.4.5)
Environment
Minimum cementitious material content in Kg/cum
Plain concrete
(PCC)
Reinforced concrete
(RCC)
Prestressed concrete
(PSC)
Mild 210 300 350
Moderate 250 300 400
Severe 250 350 430
Very severe 300 400 440
Extreme 300 400 440
Max. Cementitious material content shall be limited to 500 kg/cum vide No. 5.4. 5.
Note: For under water concrete 10 % extra cement should be added over and above the normal cement
content of the concrete mix specified above.
viii) Clause 5.4.7
This clause is deleted along with its sub-clauses
ix) Clause 7.1.3.4
Replace this clause by clause as under:
Sufficient spacers shall be provided as shall in the opinion of the Engineer be necessary to maintain
specified concrete cover to the reinforcement and preventing displacement before and during the placement
of the concrete. Spacers should be of such material and designs as will be durable, will not lead to the
corrosion of the reinforcement and will not cause spalling of the concrete cover. Spacer block made from cement, sand and small aggregate should match the mix proportions of the concrete as far as is practicable
with a view to being comparable in strength, durability and appearance. The use of the pieces of wood, tile
or porous material will not be allowed for this purpose.
x) Clause 7.1.3.5
This clause is deleted
xi) Clause 7.1.5 is replaced as below
Protective coatings: in order to offer adequate resistance against corrosion, reinforcement bars may be
provided with suitable protective coatings depending upon the environment conditions. In aggressive
environments (Severe, Very severe and extreme) application of cement slurry coatings after removal of rust
and other loose materials from the surface of the reinforcement bar will generally be sufficient. However,
specialist literature may be referred to in extreme exposure condition.
xii) Clause 15.9.2.3: This clause is deleted.
Clause No. 15.9.2.4 and 15.9.2.5 should be read as 15.9.2.3 and 15.9.2.4 respectively.
Tender No.27/East/2015
DEN/East/BZA Signature of Tenderer(s)
Page 62 of 62 BZA Divn., SCR, T.No.27/East/2015 invited vide Open Tender Notice No.DRM/Works/BZA/11/2015 dt.13-07-2015, date of opening on 19-08-2015 for the work of “SW-I:BVRM Junction-Proposed RCC GLR for the collection of Municipal supply water from BVRM Municipality to Railway quarters, station and other watering arrangements.SW- II:MTM-Repairs to GLRs No.1&2 by desilting, deepening and pitching the banks.SW-III:RYP-Repairs to drainage system in Type-I, II, III &IV quarters in wagon workshop colony RYP.SW-IV:GDV-Replacement of corroded pipe line for platforms & service buildings in SSE/Works/GDV section.”
62
4. The following are the extracts of Engg. Standing order No: 11 issued by S.C.Railway dt. 23-10-2000/7-
11-2000.
i). Moderate: - All the bridges situated in area which are not exposed to severe rain or witch are
continuously under water of where concrete is in contact with non aggressive soil/ground water will fall
under this category. All sections of this Railway which are not listed under severe category below are
classified under moderate category.
ii) Severe:- Structures which are situated in area which are exposed to severe rain, alternate wetting and
drying or occasional freezing or severe condensation and also in locations where the concrete is exposed to
aggressive sub soil ground water or situated in coastal environment.
The following sections of this railway have been identified to be classified under severe category.
a) Londa - Vasco-da-gama ---- Hubli Division.
b) Gudur -Visakhapatnam.
c) Gudur-Machilipatnam. ---- Vijayawada Division.
d) Bhimavaram-Narsapur.
e) Samalkot- Kakinada
i) Industrial areas as decided by the concerned Divisional Engineers, where corrosive action is severe.
ii) Very severe and extreme:- Classification of particular bridge in these categories of environment will
depend on case basis as per the actual physical location and as decided by the Chief Bridge Engineer or
concerned Chief Engineer/ construction. All the requirements specified in the correction slip No:1 for the above categories should be strictly
followed in accordance with the correction slip.
5. The agency shall keep minimum two Nos. of concrete pin vibrators of 25/40mm size in good working
order during concrete operation. At no point of time, vibration of concrete should suffer for want of power
or for any other mechanical problem any such concreting without proper compaction will be rejected and the
agency shall redo the work at their own cost.
6. The contractor should prepare at his own cost standard cubes of concrete at suitable intervals, during
concreting operations under the supervision of the Engineer or his representative and submit the same to the
Railway for testing. The testing will be arranged by the Railway at the contractors own cost including freight
charges for transporting the test cubes to the testing laboratory.
7. Protective coatings: In order to offer adequate resistance against corrosion reinforcement bars shall be
provided with suitable protective coating for bridges depending upon the environment conditions. The recommended
TABLE (d) : Protective coatings:
Aggressive Environment
(severe)
Severe, very severe and (Extreme) Non aggressive environment
(Mild and Moderate)
Important and Major bridges Minor bridges and structures All structures
Cement polymer composite
coating (or) Fusion bonded
Epoxy coating.
Cement polymer composite coating
(or) Indicated cement slurry coating.
Truncatevinlubited cement
slurry coating.
Note: The binding wire should also be coated and no GI binding wire without coating will not be
permitted.